Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
33-03 RESOLUTION
• • • RESOLUTION NO. 33-03 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO T -G EXCAVATING, INC. IN THE AMOUNT OF NINE HUNDRED THIRTY-THREE THOUSAND THREE HUNDRED THIRTY-THREE DOLLARS ($933,333.00) FOR ILLINOIS RIVER BASIN 1-5, AND SOUTH INDUSTRIAL PARK AREA SANITARY SEWER MANHOLE REHABILITATION; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF FORTY-SIX THOUSAND SIX HUNDRED SIXTY-SEVEN DOLLARS (546,667.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: 0 Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards a construction contract to T -G Excavating, Inc. in the amount of Nine Hundred Thirty -Three Thousand Three Hundred Thirty -Three Dollars ($933,333.00) for Illinois River Basin 1-5, and South Industrial Park Area Sanitary Sewer Manhole Rehabilitation. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a project contingency in the amount of Forty -Six Thousand Six Hundred Sixty -Seven Dollars ($46,667.00). PASSED and APPROVED this 4th day of March, 2003. ATTEST. By: SONDRA SMITH, City Clerk APPROVED: By DAN COODY, Mayor NAME OF FILE: • CROSS REFERENCE: Resolution No. 33-03 Document NOTES: 1 03/04/03 Res 33-03 w/contract 2 02/04/03 Staff Review Form w/attachments: 2/27/03 memo to mayor/city council w/attachments copy of project map copy of purchase order copy of certificate of liability insurance 3 03/10/03 memo to David Jurgens NOTES: FAYETTEVILIE ME CIT' OF EAYETEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To. David Jurgens Water/Sewer Division From: Clarice Buffalohead-PearmanC' City Clerk's Division Date 3/10/2003 Re: Resolution 33-03 • Attached is a copy of above resolution along two of four original contracts with T -G Excavating, Inc. A copy of the contract will be forwarded to Nancy Smith, Internal Auditor. If anything else is needed please let the city clerk's office know. The original resolution and one original contract will be microfilmed and filed in the city clerk's office. /cbp cc Nancy Smith, Internal Auditor "'TAFF REVIEW FORM XXX AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW For the City Council meeting of: February 18 2003 .2 -i1-03 2 -/T -o3 fe•.iu � 4a412 40 Mao Ss CauMeJ /tltr411 - Aka; &44144 R.w- 33-0 3 FROM: David Jurgens Name Water/Sewer -1-Co-5yt�</caoc i lrJG. aier78ew Division Department ACTION REQUIRED: City Council approve the attached construction contract with T -G Excavating, Inc., for Sanitary Sewer Manhole Rehabilitation, Illinois Basin 1-5 and the Industrial Park, in the amount of $933,333, and approve a 5% contingency of $46,667. COST TO CITY: $ 980,000 Cost of this request $2,320,432 Project Budget 5400-5700-5815.00 $1,072,432 Account Number Funds used to date 02017-0301 $1,248 000 Project Number Remaining Balance Sewer Rehabilitation Project Name Sewer Mains Const Program Name Water and Sewer Fund BUDGET EVIE XXX Budgeted Item Budget C.i ordinat Budget Adjustment Attached Administrative Services Director CON RACT/GRANT/LEASE REVIEW: 12[,S7A. //2402-- Accounting zAccounting Manager Dtfte QtW1MeA 5 . Cir(�ttomeey Purchasin z Officer Date [13(1 Date GRANTING AGENCY: ADA Coordinator Date RECOMMENDATION: Approve construction contract as stated above. Divisi 7tSANO3 Date /-31-03 Date 2-3-d3 Admin Date Mayor Dr W n 1An.S Wal A S l .5 M} I A Cross Reference: New Item: Yes No Previous Ord/Res #: N/A Orig Contract Date: N/A Meeting Date: February 18, 2000 STAFF REVIEW FORM . Page 2 Description: Construction contract, sewer rehabilitation, T -G Excavating, Inc. Comments: Reference Comments: Budget Coordinator: Accounting Manager: City Attorney: Aenk +0 n ace e�w c � I•r Purcha' ng cer: ADA Coordinator: Internal Auditor: DAREHABSVABASI-SMHAGR doe 12-9/0.3 • FAYETTEVILLE 171E CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fayetteville Mayor and City Council Thru: Greg Boettcher, Water/Sewe From: David Jurgens, Water/Sewer Date: January 27, 2003 or Subject: Agenda Request- February 18 Council Meeting, Construction Contract, Illinois River Basins 1-5 and the South Industrial Park Area Sewer Manhole Rehabilitation, T -G Excavating, Inc 1. Background. The sewer system which flows Into the Gregg Avenue lift station (near Mud Creek just south of Johnson), and then to the Old Wire Road lift station (at the intersection of Old Wire and Highway 265) requires significant rehabilitation in order to reduce inflow and infiltration in the sewer system and thus eliminate the wet weather overflows at both lift stations. This project is designed to reduce the extraneous I/I and upgrade the system's capacity so that it can can -y the required volume of water. The area to be rehabilitated is all of those areas tributary by gravity to the Gregg Avenue lift station, and the south Industrial Park area, all shown on the attached map. Under very heavy rains, we experience recurring overflows at three manholes and two pumps station in this area 2. Project Description. This is the first of three sewer rehabilitation construction projects in this area, and involves only manholes. The later projects will bid later this year, and will involve sewer line replacement and repair. The work on this project consists of rehabilitating 720 manhole covers and frames, interior coating approximately 335 manholes, sealing 700 manhole frames and grade adjustments, and removal and replacement of 10 manholes. No work will be done on lines that are being replaced in conjunction with the west side wastewater plant. Design figures for that project are all based on this rehabilitation being performed and reducing the extraneous rain and ground water flows. 3. Bid. Bids were opened on January 14. Three bids were received from qualified contractors, as shown below. The low bid from a qualified bidder is $107,250 below the engineer's estimate. Company T -G Excavating, Inc. Building Utilities, Inc. Kim Construction. Inc, Engineer's Estimated Cost Bid % of Engineer's Estimate D5\\REHABS WIBASI-5MI1ACIkp doc Bid $ 933,333.00 1,186,260.00 1.251320.00 $1,208,725.00 77.2% RJN Group, the Engineer, has *mmended we award this contract tole lowest bidder, T -G Excavating, as they meet all qualifications requirements contained in the contract documents. 4. Budgeting. This sewer rehabilitation project is in the 2002 Capital improvements Plan (page 129) and is funded by Water/Sewer funds. $1,248,000 remains in the project budget for 2003. Budget details are identified on the attached agenda request. 5. Staff Recommendation. The Staff recommends award of the construction contract to T -G Excavating, Inc., in the amount of $933,333, and approve a 5% contingency of $46,667, for a total cost of $980,000. Enclosures. Project Area Map Engineer's Recommendation Letter Proposed Contract Purchase Order DA REHAB-SVABASI-5MHAGI)epdoc SEtt ty-M sEWt(t a&4.43IL rA%Tla-v LLInvols RiULP, i4SiNs I-5,18419 NO 5C -ALC: • 1 f -1F - FAy Approvals: .a.o.ms we art Mayor Department Director. Purchasing Manager. Admin. Services Director Budget Coordinator Data Processing Mgr Requester. a David Jurgens City: Catoosa Address: 26016 East Admiral Place Vendor #: 6679 The notice to proceed will be issued immediatey following City Council approval. Work must begin wain 10 working days following issuance of th SHIPPING/HANDLING I --------Nothing Follows and White River Minisystem 27 Illinois River Basins 1-5, 18 and 19 Sanitary Sewer Manhole Rehabilitation, 0 pN x 6 m < ag z m 2 m CO T e Requisition (not • purchase ord a CO CO w w C..) C.) o o S S Zip: 74015 5 to o 0 b o o 0 o o 0 0 o 0 0 0 0 0 0 0 0 o 0 00'0$ 00'0$ 0 0 0 0 0 0 V CO Ca C../ s i1¢ W 0 0 m S (a) O O 0 0 0 0 61 0 J O 0 Account Number 'Requester's Employee#: 490 0 v" n FOB Point Fayetteville, AR 02017-0301 I COWO N m__ V A c o I ND I. . Tl a 0 m S COa O co iR ' m CERTIFICATE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN LS SUBJECT AGGREGATE LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIABILITY INSURANCE • OP ID P TGBXCAIACORD_ DATE(MWDDMYY) 03/10/03 INSRD TYPE OF INSURANCE PRODUCER RICH & CARTMILL 2738 East 51st 8400 Tulsa OR 74105 Phone: 918-743-8811 Pax:918-744-8429 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERSAFFORDINGCOVERAGE NALCO INSURED T -G Excavating Inc. Mr Larry Haney 26016 E Admiral Catoosa OK 74015 INSURERA. American Cas Co of Reading PA COMMERCIAL LIABILITY GENERAL CLAIMS MADE LX Co. l INSURERB'. Continental Casualty Co INSURERc. Transcontinental Insurance 06/01/03 INSURER D. INSURER E'. COVERAGES THE ANY MAY POLICES. TNACADD'C LTR POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN LS SUBJECT AGGREGATE LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ABOVE FOR THE POLICY RESPECT TO WHICH TO ALL THE TERMS. POLICY EFFECTIVE DATE (1111MIDO11'Y) PERIOD INDICATED. NOTWITHSTANDING THIS CERTIFICATE MAY BE ISSUED OR EXCLUSIONS AND CONDITIONS OF SUCH INSRD TYPE OF INSURANCE POUCY NUMBER P013ara FATTO11 DATE (MWDDM') MTS A GENERAL COMMERCIAL LIABILITY GENERAL CLAIMS MADE LX UABILRY 1 OCCUR 2025144584 06/01/02 06/01/03 EACH OCCURRENCE PREMISES°(Es enc.) MED EXP (My one pew) 51,000,000 X 5100,000 $5,000 PERSONAL & ADV INJURY 51 t 000, 0 00 GENERAL AGGREGATE $2,000,000 GEN. AGGREGATE POLICY LIMIT APPLIES L_-� PER: LOC -PRODUCT$ • COMP/OPAGG $ 2,000,000 IX n ,SEC C AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NONOWNED AUTOS 2025144536 06/01/02 06/01/03 GOWNED SINGLE LIMIT (Ea =Gent) $1,000.000 X BODILY INJURY (Pe person) X BODILY INJURY (Pe SCOden1) X PROPERTY DAMAGE (Pe “OdenI) S GARAGE LIABILITY ANY AUTOOTHER AUTO ONLY - EA ACCIDENT $ THAN EAACC $ AUTO ONLY: AGG $ B EXCESS/UMBRELLA OCCUR DEDUCTIBLE RETENTION LIABILITY CwM$MADE 2025144620 06/01/02 06/01/03 EACH OCCURRENCE $1,000,000 X I AGGREGATE $1,000,000 S10,000 $ $ X $ C WORKERS COMPENSATION AND EYPLOYER5llABILITY ANY PROPRIETOR/PARTNER/EXECUTNE OFFICER/MEMBER EXCLUDED? 1?ym ONa,I. uncle SPECIAL PROVISIONS Ee1Ir 2025225374 06/01/02 06/01/03 W(.STATU X ITpRY LIMITS . Uil. ER E.L. EACH ACCIDENT E.L. DISE ASF- EA EMPLOYE E.L. DISEASE -POLICY f 500000 LIMIT 5 500000 i $ 500000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: FAyetteville Sanitary Sewer Manhole Rehab Illinois River Basins 1-5 and 18-19 and White River Mini System 27. City of Fayetteville & RJN Group, Inc. engineers, their consultants, agents and employees are named as additional insureds as their interest may appear. Waiver of subrogation also applies. CERTIFICATE HOLDER CANCELLATION CITY021 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN City of Fayetteville NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE 70 DO SO SHALL Mr. David Jurgens, P.E. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 113 W. Mountain Fayetteville AR 72701 REPRESENTATIVES. AVTN�ATIVE� •� ACORD T5 (2001108) ®ACORD CORPORATION 1988 • ACORD- CERTIFICATE LIABILITY INSURANCE • OP ID PI71 TGHXCAI DATE (MWDD/FI Y) II 03/10/03 PRODUCER RICH & CARTMILL 2738 Bast 51st 9400 Tulsa OK 74105 Phone:918-743-8811 Fax:918-744-8429 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERSAFFORDINGCOVERAGE NAIC# INSURED City of Fayetteville, RJST Group, Inc. 113 W Mountain Fayetteville AR 72701 INSURERA'. American Cas Co of Reading PA GENERAL COMMERCIAL I INSURER B'. INSURER c. 2025144584 02/03/03 02/03/04 EACH OCCURRENCE MINTAGE 1U1 NTEO-- PREMISES (Es ocwrencel INSURERD� INSURER E: $ COVERAGES THE ANY MAY POLICIES. 7LSR?D01 LTR POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS MD CONDITIONS OF SUCH AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS INSRO TYPE OF INSURANCE POLICY NUMBER DAT (MWDDIYY) DATE DIYY))N UNITS A GENERAL COMMERCIAL LIABILITY GENERAL CIAIMS MADE LLABILT' F,... I OCCUR 2025144584 02/03/03 02/03/04 EACH OCCURRENCE MINTAGE 1U1 NTEO-- PREMISES (Es ocwrencel 11, 000, 000 $ MED EXP (Any a* peon) $ X Owner/Cont Prot. PERSONAL6ADVINTRV $ GENERAL AGGREGATE $2,000,000 GEN. AGGREGATE POLICY II LIMIT APPLIES PER. n LOC PRODUCTS - COMP/OP AGG $ JPE T AUTOMOBILE LIABILITY ANY AUTO AL. OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Es ecoeenll $ BODILY INJURY (Per omen) $ BODILY INJURY (Pet poodent) $ PROPERTY DAMAGE (Per amclaU) $ GARAGE UASILTTY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY EA ACC $ AGG $ EXCESSIUMBREL.A OCCUR . DEDUCTIBLE { RETENTION LIABILITY CLAIMS aux EACH OCCURRENCE $ AGGREGATE $ $ $ $ $ WORKERS EMPLOYERS' ANY OFFI Kyo PE SCIAL COMPENSATION LIABILITY PROPRIETOR/PARTNER/EXECUTIVE R/ 4EMBER Oe. AND EXCLUDED? uncles below I�WLSIAI ITORY LIMITT S OT H. ERR I E L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ PRO PROVISIONS OTHER DESCRIPTOR Project: and Contractor: OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS Sanitary Sewer Manhole Rehabilitation, Illinois River Basins 1-5 18-19 and White River Mini System. T -G Excavating, Inc. CERTIFICATE HOLDER CANCELLATION CITYPAY City of Fayetteville 113 W Mountain Fayetteville AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO TIE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TIE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTN�ATIVE /) •�/tiliu� ��•�/��) ACORD 25 (2001/08) ®ACORD CORPORATION 1988 Res 33-03 December 2002 • Contract Documents Sanitary Sewer Improvements Sanitary Sewer Manhole Rehabilitation/Replacement Illinois River Basins 1-5 and 18-19 and White River Mini System 27 Prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas REGISTERED PROFESSIONAL AENGINEER y., OA No. 8589 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MICRO!.* 1,Mr1) SANITARY SEWER MANHOLE REHABILITATION/REPLACEMENT ILLINOIS RIVER BASINS 1-5 AND 18-19 AND WHITE RIVER MINI SYSTEM 27 ADDENDUM NO. 1 December 23, 2002 Based on discussions with the City Engineer, and other issues, the following clarifications and additions to the project are as follows: 1. Street names on maps 1-10 at the back of the document do not show the names of the streets. Revised maps, dated 12/23/2002 and designated as Revision 1 supersede the maps provided in the Contract documents. 2. No quantities are modified due to this addendum. 3. Att, I- 8 encs and W-27. 11' x 17' x 01 s 10 labeled MSheaat loleoR eh b/Replacement Basins I-1 thru 1- 1-1 t o Contractcicnowledge min receipta Please Docuentsthe space provided, and include the Addendum with your bid documents. Addendum Ha 1 Page 1 or 1 01/08/2023 14:94 9724j72'r/ SANITARY SEWER MANHOLE REIIABILITATIOIv/REPLACEMENT ILLINOIS RIVER BASINS F L.5 M E 8.19 A143) ARKANSASE�ER MINI SYSTEM 27 ADDENDUM NO. 2 January 8, 2003 Based on discussions with the C,ty Engineer, and other issues, the following clarifications and additions to the project arc as foil/ws: 1. Invitation to Bid, Page 1. -Change the date for receipt of the bids from January 17, 2003 to January 14, 2003. The deadline time of 2:00 P.M. is unchanged. 2. Invitation to Bid, Page 1.- Add 'Room 306' to the address of the Fnrchaaing Officer (113 W. Mountain. Roots 306: Fayetteville, Arkansas, 72701... 3. Invitation to Bid, Page 2. -'RIGHT TO ttYJECT MS' Section, sword paragraph, add the following sentence. The City of Fayetteville reserves the right to reject bib that we, in the epinton of the City of Fayetteville, unbalanced for whatever treason. 4. Teehnkal Spedflcatiou D2 -SB Interior Manhole Coating (Raven Lining Syrdem), Item CS. . Add the following as item 2.: a. Thickness Testing: During application a wet film thickness gage, such as those available through Pull N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Orgamc Coatings by Notched Gage;, shall be used to ensure a monolithic coating and uniform thickness during application. Renumber the remaining sections b. and c. 5. Technical Specifratiou P2 -8A Interior Manhole Coating (Quades System) — Remove all refemnces to Quad= Excel. Quadex QM-ls le the only specified product for this section. 6. Map Section at Beek of gild Document — References on the maps of 15X is equivalent to 27 (i.e. W -(15X; i44 is the acme as W-(27)144) Please acknowledge receilt of bath Addendum No. 1 and Addendum No. 2 by signing and faxing this document back to 972=437-2707. l of the Bid Proposal Contra t Documentsdge receiptth.pdendum No. 2 rovided. and nclude�the PAdddendum with y bed documents withinthe Contract Documents in licit space pr's AddeedemNo 2 hip loft 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8:i88/20a3 1d:b9 97243727; r0 ; N:ti Op-•%,„, ARAN a syr 4 Ar Date _ Iwo[+:Ad. / / FUN tor. , •tpT Of + sis Ir"" .0 ,.us,' 1 oa vmne(P+intedl: LARA /•fa<,WAY cowpony “1/41ancerp re14?-__ti:AC.400012-, /AIL ®' o3 nd&eodamXq• 2 ?trial T -G EXCAVATING, INC. Contractor 26016 E. Admiral Place Street Address Catoosa, OK 74015 City & State (918]266-4736 Telephone CONTRACT DOCUMENTS SANITARY SEWER IMPROVEMENTS SANITARY SEWER MANHOLE REHABILITATION/REPLACEMENT ILLINOIS RIVER BASINS 1-5, 18-19 AND WHITE RIVER MINI SYSTEM 27 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS PREPARED BY RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS DECEMBER 2002 CONTRACT DOCUMENTS SANITARY SEWER IMPROVEMENTS SANITARY SEWER MANHOLE REHABILITATION/REPLACEMENT ILLINOIS RIVER BASINS 1-5, 18-19 AND WHITE RIVER MINI SYSTEM 27 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS DECEMBER 2002 1 hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professi Engineer under the laws of of the p ia • ansas. Date: /2• /6 '02- Registration No._9S53 TITLE CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS SECTION Pages BIDDING DOCUMENTS A INVITATION TO BID 1-2 INSTRUCTIONS TO BIDDERS* 1-10 # BID 1-10 # BID BOND 1-2 # BONDING COMPANY INFORMATION 1 # SUBCONTRACTORS 1 # STATEMENT OF EXPERIENCE OF BIDDER 1 # STATEMENT OF COMMITMENT CONTRACTUAL DOCUMENTS B AGREEMENT 1-3 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND 1-2 MAINTENANCE BOND 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* SUPPLEMENTARY CONDITIONS C Cl CONSTRUCTION FORMS D 1-65 1-3 SUBMITTAL RECORD PERIODIC PAYMENT FORMS 1-5 CHANGE ORDER 1-3 CONSTRUCTION LETTER 1 * Section has individual Table of Contents. # Items to be included in bid package. TABLE OF CONTENTS (Cont.) TITLE SECTION Pages SPECIFICATIONS DIVISION I - GENERAL REQUIREMENTS' DI DIVISION 2 - SITE WORK' D2 MANHOLE REHABILITATION DETAILS E INSURANCE FORMS F 1 MANHOLE REHABILITATION SCHEDULE G 1-26 MANHOLE LOCATION MAPS H * Section has individual Table of Contents # Items to be included in bid package. BIDDING DOCUMENTS SECTION A 1 CITY OF FAYETTEVILLE I I I I LI Rehabilitation of 720 manhole covers and frames, interior coating of approximately ' 335 manholes, sealing of 700 manhole frames and grade adjustments, and removal and replacement of 10 manholes. INVITATION TO BID SANITARY SEWER MANHOLE REHABILITATION RECEIPT OF BIDS Separate sealed bids for Sanitary Sewer Manhole Rehabilitation, in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 PM, Local Time, on January 17, 2003 . Immediately thereafter, or as soon thereafter as is practicable, all bids received from contractors will be publicly opened and the bid prices read aloud. Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Manhole Rehabilitation, Illinois River Basins 1-5 and 18-19 and White River Mini System 27 in Fayetteville" and the Contractor's License Number and "Project Bid No. " shall be clearly marked on the outside of the envelope. CONTRACT DOCUMENTS ' Copies of the Contract Documents are on file and are available for inspection at the offices of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, Arkansas. ' A non -mandatory pre -bid meeting shall be held at Room 326, 113 W. Mountain, Fayetteville, Arkansas, on January 7, 2003 at 1:00 p.m. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. ' Copies of the Contract Documents required for review or bidding purposes may be obtained only from the Office of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, ' Arkansas, upon payment to McClelland Consulting Engineers, Inc., 1810 N. College, Fayetteville, Arkansas, of $50.00 in check or money order for each set of documents obtained. The Contract Document fee is non-refundable. ' BID SECURITY Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. I I Invitation to Bid City of Fayetteville Sanitary Sewer Improvements L_ . RIGHT TO REJECT BIDS The City of Fayetteville reserves the right to reject all bids for failure to comply with all requirements of this notice including pre -qualification or any of the Contract Documents; however, the City of Fayetteville may waive any minor defects or informalities at its discretion. The City of Fayetteville reserves the right to defer the acceptance of any bid and the execution of a contract for a period not exceeding ninety (90) days after the date of opening of bids. ' Extension of time beyond the ninety (90) day period after the date of opening of bids may be made only by mutual agreement between the City of Fayetteville, the successful bidder and the Surety for the successful bidder. ' AWARD OF CONTRACT ' Unless all bids are rejected the contract award will be made to the responsible, responsive Bidder who submits the low bid. In determining who is the lowest responsive, responsible bidder, the City of Fayetteville will consider all relevant factors which the City of Fayetteville may consider ' in determining who is the lowest responsive, responsible bidder. Any bid may be modified or withdrawn prior to the above scheduled time for the opening of bids. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. The successful bidder shall furnish a performance bond, labor and material bond, and a ' maintenance bond each for one hundred (100%) percent of the Contract amount and shall file certificates with the City of Fayetteville that he has obtained and will continue to carry Workmen's Compensation Insurance, City of Fayetteville's and Engineer's Protective Insurance, ' public and private liability and property damage insurance in adequate amount and for the life of the Contract. I All questions or correspondence concerning the plans and specifications shall be directed to the Engineer, RJN Group, Inc., 12160 Abrams Road, Suite 206, Dallas, Texas 75243, phone no. (972) 437-4300. City of Fayetteville, Arkansas Peg_y Vice Purchasing Officer Publication: ' I Invitation to Bid City of Fayetteville Sanitary Sewer Improvements I I 1J I I I I I I I C I I I I I I I TABLE OF CONTENTS FOR INSTRUCTIONS TO BIDDERS SUBJECT PAGE A EXAMINATION OF SITE ........................................... 1 B EXAMINATION OF BIDDING DOCUMENTS . ......................... 1 C INTERPRETATION OF CONTRACT DOCUMENTS .....................I I D MATERIAL SUBSTITUTION ........................................ I E APPROXIMATE QUANTITIES.......................................2 F PREPARATION OF BID............................................2 G SIGNING OF BID..................................................3 H BID SECURITY I ...................................................3 RETURN OF BID SECURITIES.......................................3 J AGREEMENT, BONDS, INSURANCE . ................................ 3 K DESIGNATION OF SUBCONTRACTORS ............................. 4 L BID SUBMITTAL.................................................4 M WITHDRAWAL OF BID............................................4 N QUALIFICATION OF BIDDERS......................................4 O DISQUALIFICATION OF BIDDERS...................................5 I' PENALTY FOR COLLUSION ........................................ 5 Q LICENSE.........................................................6 R PRECONSTRUCTION CONFERENCE.................................6 S BID OPENING.....................................................6 T AWARD OF CONTRACT...........................................6 U EFFECTIVE DATE OF AWARD ..................................... 7 V EXECUTION OF AGREEMENT W ......................................7 FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE.....................................................7 X PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES ......... 8 Y COMMENCEMENT AND COMPLETION OF WORK ....................8 Z INFORMATION NOT GUARANTEED.................................8 AA COVENANT AGAINST CONTINGENT FEES .......................... 9 BB GRATUITIES .....................................................9 CC SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS . ............ 10 DD PREVAILING WAGE DETERMINATION ............................. 10 H I INSTRUCTIONS TO BIDDERS A. Examination of Site ' Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. He shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the ' Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. ' B. Examination of Bidding Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be ' necessary to complete the work in accordance with the requirements of the Contract Documents. ' C. Interpretation of Contract Documents Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the City of Fayetteville through the Engineer, at least three working days prior to opening of bids to provide time for issuing and forwarding an addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued or delivered by the City of Fayetteville to each person receiving a set of documents. The City of Fayetteville will not be responsible for any other explanations or interpretations of the Contract Documents. D. Material Substitution 1 Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the City of Fayetteville before installing any work in variance with requirements of the Contract Documents. 1 L' Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements EE E. Approximate Quantities ' On all items on which Bids are to be received on a unit price basis the quantities stated in the Bid will not be used in establishing final payment due the Contractor. The quantities stated, on which unit prices are invited, are approximate only. Bids will be compared on the basis of number of units stated in the Bidding Schedule. Payment on the Contract on , unit price items will be based on the actual number of units installed in the completed work. ii J F. Preparation of Bid 1 All prospective bidders and proposed subcontractors on this contract must demonstrate that they have comparable experience in this type of work for their bid to be considered responsive. Each bidder and subcontractor must show evidence of having successfully completed a minimum of three manhole rehabilitation contracts with construction cost of at least $500,000 and 5,000 vertical feet of the lining type specified in this document during the last three years. The Contractors may use subcontractors that do not have the three previous manhole rehabilitation project experience for construction of new ' manholes only. Bids submitted by prospective bidders who do not show demonstrated qualifications will be considered nonresponsive and will be rejected. Only bids which are made out on the Bid Form included in this document will be considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. In case of discrepancy between words and figures the words shall prevail, unless it clearly appears in City of Fayetteville's ' opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit price and totals, the unit prices shall prevail, unless it clearly appears in City of Fayetteville's opinion that the unit prices rather than the total are in error. If a discrepancy exists between the total Bid and the true sum of the individual Bid items, the true sum ' shall prevail. A Bid will be rejected if it does not contain a price for each and every item named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not rejected, the City of Fayetteville may demand correction of any deficiency and award the contract to the bidder upon satisfactory compliance with the Instructions. I Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 2 ' Signing of Bid If the Bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a co -partnership, the true name of the firm shall be set forth together with the signatures of all the partners. If Bidder is an individual, his signature shall be inscribed. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a power of attorney must be on file with the City of Fayetteville prior to opening Bids or submitting Bids; otherwise, the Bid may be regarded as irregular. Bid Security No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable sureties ("A" rated or better), and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. The Bidder shall submit with Bid the Bonding Company Information Sheet as part of the Bid Proposal. Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the agreement with the successful Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the City of Fayetteville. If all Bids are rejected the securities will be returned at the time of rejection. Agreement, Bonds, Insurance The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I K. Designation of Subcontractors Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder on or about the construction site in an amount in excess of five percent of the Bidder's total Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of thirty (30) percent of the contract amount with his own crews. I L. Bid Submittal 1. Each Bid, properly signed, together with the Bid security and all documents bound , herewith, shall be enclosed in a sealed envelope addressed and entitled as specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2. Each Bidder shall submit with his Bid one copy of Volume I of the Contract Documents with all Addendum and the "Subcontractors" form contained in this document. All Subcontractors who will be doing manhole rehabilitation work must be pre -qualified. 1 M. Withdrawal of Bid Any Bid may be withdrawn at any time prior to the hour fixed in the Invitation to Bid for the opening of Bids, provided that a request in writing, executed by the Bidder, or his duly authorized representative, for the withdrawal of such Bid is filed with the City of Fayetteville prior to the time specified for opening of Bids. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid. , N. Qualification of Bidders I 1. It is the intention of the City of Fayetteville to award a Contract only to a Bidder I who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the Contract Documents. I Instructions to Bidders , City of Fayetteville Sanitary Sewer Improvements 4 ' I ' 2. Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form and "Statement of Commitment" form contained in this document. Each bidder shall also submit documented evidence that he has, with ' his own forces, completed a minimum of three manhole rehabilitation projects with a construction cost of at least $500,000 each and a minimum of 5,000 vertical feet of the lining type specified in this document during the past 1 three years. 3. The City of Fayetteville reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be limited to, a financial statement certified by a CPA for the last three years, a list of equipment ' owned by Bidder, a backlog of jobs under contract and amounts, and a record of successful completion of similar projects. 4. The successful Bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. 1 5. The successful Bidder must meet the statutorily prescribed requirements before Award of Contract by the City of Fayetteville. 6. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. 7. All contracts shall be interpreted under Arkansas Law. O. Disqualification of Bidders More than one Bid for the same work described in this document from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid for the work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion will not be considered. P. Penalty for Collusion If at any time it shall be found that the person, firm, or corporation to whom the contract has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the Contractor and his sureties shall be liable to the City of Fayetteville for all loss or damage which the City of Fayetteville may suffer thereby, and the City of Fayetteville may advertise for new Bids for said work. Instructions to Bidders City of Fayetteville 5 Sanitary Sewer Improvements I Q. License Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the City of Fayetteville upon request that the licenses are in effect during the entire period of the Contract. I R. Preconstruction Conference I A preconstruction conference shall be held after the time of the Contract award and i before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. S. Bid Opening I Bids will be opened and the prices bid will be read aloud publicly at the time and place indicated in the Invitation to Bid. Bidders or their agents are invited to be present. I T. Award of Contract 1 1. The City of Fayetteville shall award a contract to the Bidder whom, in the City of Fayetteville's judgement, is the lowest responsive, responsible Bidder. The City of Fayetteville reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, City of Fayetteville shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. City of Fayetteville may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to City of Fayetteville's satisfaction. 3. A responsive Bidder shall be one who has responded accurately to all ,' requirements of these Contract Documents including pre -qualifying in the preparation and submission of his Bid. If any alterations, erasures or changes are made to the printed Bid Form, the Bid shall be considered nonresponsive. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 6 I I U 1 I 1 4. The City of Fayetteville reserves the right to accept and incorporate corrections, clarifications or modifications following bid opening when to do so would not, in the City of Fayetteville's opinion, prejudice the bidding process or create any improper advantage to any bidder; and to waive irregularities and informalities in any proposal submitted or in the bidding process; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and bidders should not rely upon, or anticipate, such waivers in submitting their proposals. 5. If the Contract is awarded, City of Fayetteville shall give the apparent successful Bidder a Notice of Award within 90 days after date of the Bid Opening. Effective Date of Award If a Contract is awarded by the City of Fayetteville, such award shall be effective when formal notice of such award, signed by the authorized representative of the City of Fayetteville, has been delivered to the intended awardee, by some officer or agent of the City of Fayetteville duly authorized to give such notice or received by mail at the main business address shown on his Bid. Execution of Agreement Contractor shall deliver a signed contract to the City of Fayetteville within seven (7) days of bid opening. Contractor must submit required bonds and insurance within ten (10) days of Notice of Award by the City. Effective date of bonds shall be the same or later than the date of the Agreement. The City of Fayetteville has ten (10) days from receipt of acceptable performance bonds and Agreement (signed by the Contractor) to sign the Agreement and return to the Contractor an executed duplicate of the Agreement. Failure to Execute Agreement and File Bonds and Insurance Failure of a successful Bidder to execute the Agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the awards. On failure of a successful Bidder to execute the Agreement and file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the City of Fayetteville may then award a Contract to the next lowest responsible Bidder. Instructions to Bidders City of Fayetteville 7 Sanitary Sewer Improvements X. Payment for Excess Costs and Liquidated Damages ' The successful Contractor will be required to pay for excess cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are granted by City of Fayetteville because of avoidable delays or if the Contractor elects to work overtime hours as defined in the General Conditions of the Contract. Y. Commencement and Completion of Work I The Notice to Proceed for the Schedule of work shall be issued within thirty days of the execution of the Agreement by the City of Fayetteville. The successful Bidder shall commence work within ten calendar days from and after the issuance by the City of Fayetteville of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents no later than 225 calendar days, and shall complete all work to the point of final acceptance by the City of Fayetteville no later than 240 calendar days. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. Z. Information Not Guaranteed All information given on the Drawings or in the other Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the City of 1 Fayetteville. All such information is furnished only for the information and convenience of bidders and is not guaranteed. 2. It is agreed and understood that the City of Fayetteville does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing , pipes or other structures encountered during construction will be the same as those indicated on the Drawings or in the other Contract Documents. 3. It is agreed further and understood that no bidders or contractor shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the City of Fayetteville or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 8 AA. I Covenant Against Contingent Fees The contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of this warranty the City of Fayetteville shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. IBB. Gratuities I 1 I C1 I I L I I I iI The City of Fayetteville may, by written notice to the contractor, terminate the right of the contractor to proceed under this contract if it is found, after notice and hearing, by the City of Fayetteville that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the contractor or any agent or representative of contractor, to any official or employee of the City of Fayetteville with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performance of this contract: Provided, that if the existence of the facts upon which the City of Fayetteville makes such findings are in issue, they may be reviewed in proceedings pursuant to Article Q (Arbitration) of the General Conditions of this contract. 2. In the event this contract is terminated as provided in the paragraph (1) above, the City of Fayetteville shall be entitled: a) to pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and b) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the City of Fayetteville) which shall be not less than three nor more than ten times the costs incurred by the contractor of providing any such gratuities to any such officer or employee. 3. The rights and remedies of the City of Fayetteville provided in this clause shall not be exclusive and are in additions to any rights and remedies provided by law or under this contract. Instructions to Bidders City of Fayetteville 9 Sanitary Sewer Improvements I CC. Subcontracts Under Construction Contracts ' The award or execution of all subcontracts by a prime contractor and the procurement and ' negotiation procedures used by such prime contractor in awarding or executing such subcontracts shall comply with: 1. All provisions of State and local law; 2. All provisions of these General Conditions with respect to fraud and other , unlawful or corrupt practices; and 3. All provisions of these General Conditions with respect to access to facilities and records and audit of records. DD. Prevailing Wage Determination EE. Arkansas Prevailing Wage Determination Number 02-060 establishes the minimum wage rates to be paid on this project. This Determination is included in these Contract Documents and is a part thereof. These rates were established pursuant to the Arkansas Prevailing Wage Law, Arkansas Code Ann. SS22-9-301 to 22-9-315 (1987) and the administrative regulations promulgated thereunder. The Contractor shall post this Determination at the job site in a prominent and easily accessible place. Freedom of Information Act City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. END OF INSTRUCTIONS TO BIDDERS SECTION Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 10 I I I I P I I I I I Mike Huckabee Gohnor James L. Salkelc D••Gor I I I I I I I L HI L! I I I I • Padma Patla RUN Group Inc. 12160 Abrams Rd Suit 206 Dallas, TX 7521 Dear Ms. Patla: STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682-0500 • FAX: (501) 682-4535 • TDD: (800) 285-1131 August 2, 2002 AUGQa1/12 Re: Manhole Rehabilitation for Sanitary Sewer Fayetteville, Arkansas Washington County In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 02-060 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. § 22-9-309 (a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. When you issue the Notice to Proceed for this project, please mail or fax a copy of the notice to my office. If you have any questions, please call me at (501) 682-4599 or fax (501) 682-4508. I I Enclosures I Sincerely, Joyce Morris Prevailing Wage Investigator Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION — HEAVY RATES DATE: August 2, 2002 DETERMINATION #: 02-060 PROJECT: Manhole Rehabilitation COUNTY: Washington For Sanitary Sewer EXPIRATION DATE: 2-01-03 Fayetteville, Arkansas SURVEY #:102-AH05 BASIC , HOURLY FRINGE CLASSIFICATION RATE BENEFITS ' Bricklayer/Pointer, Cleaner, Caulker 8.70 Carpenter 9.35 Concrete Finisher/Cement Mason 9.40 .72 Electrician/Alarm Installer 13.30 1.00 Ironworker (Including Reinforcing Work) 17.25 Laborer 8.70 Pipelayer 10.30 Truck Driver 10.60 Power Equipment Operators: Backhoe, Rubber tired 1 yd. or less 12.00 Bulldozer, Finish 13.15 Bulldozer, Rough 10.25 Crane, Derrick, Dragline, Shovel & Backhoe, 1-1/2 yds. or less 11.65 Crane, Derrick, Dragline, Shovel & Backhoe, Over 1-1/2 yds. 11.20 Distributor 12.35 Front End Loader, Finish 9.65 Front End Loader, Rough 10.40 Mechanic 14.70 Motor Patrol, Finish 13.05 Motor Patrol, Rough 9.00 .17 Roller 11.15 Scraper, Finish 11.75 Scraper, Rough 11.25 t Welders —receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 2002 Classifications that are required, but not listed above, must be requested in writing from 1 the Arkansas Department of Labor, Prevailing Wage Division. Call (501) 682-4536 or 682- 4599 for a request form. I I I I 2® $/ ck �3 \\ COD &2 § 2 K -`�e ■■ «c® / I-\{ fl\\ (DZ� I.-. § §ca a�f2 2 E�{� zW • k k7 -C ■ T:t Oq3 & z z 7_u` @ > /kkk 3t\ Oil) & �� 2 C.' \ @ q §Ewe $ �5 O .8� z - §mo �kf % b k e k § E Usk lU ...WCs z z r b O ?Pa W moo!- C ® �«b�` m - 2 �4)C f§�{2 5 0 $2■� O§§o =.D §A�7 t ` ® uJ§< • §f�■ @�6e k k k k k ■a�3 27§kf • a k « U) � 0 - §z § //C \ - »� § U.I=m e ` c �< «t2@ t k E §$ ujCL� E gQnG / a 2 2 2A �A� I I I I I I I I I I I I I I I I I I I /A'A\Mid-Continent Group MID-CONTINENT CASUALTY • MID-CONTINENT INSURANCE - OKLAHOMA SURETY T -G Excavating, Inc. KNOW ALL MEN @Y THESE PRESENTS: That Wa, As Rit and the MIDCONTVENT CASUALTY COMPANY, a mpaation agm¢ed and aiog wdef the yas d the Stay d OtMtui , and amw¢ed b m dries 111* Syr d Arkansas City of Fayetteville and fsn4 Coal wit to Five Percent (5%) of the Amount of Bid As abigee, i The sand oot1NLS, tra s money d Be Urtyd Stang of Anwim, r the Payment of Wtich sun d maey S and This' to be nod, the said Rincgat and Saey Ltd TTen sSvs, that and each d It heirs. ae ith, ad&V*aI s, sumassaa atd asdgrs, )fib and meaty, by mere prasii�ri THE CO?CITION OF THIS OBLIGATION IS SUCH, That tte obfges shat make wy wad tithe Rrcpal tor. Sanitary Sewer Manhole Rehabilitation Illinois River Basins 1-5 and 18-19 & White River Mini System 27 Siged. Sealed and Dayd me; 14th d January 2003 T -G Excavating, Inc / wj� a. A r• • MID-CONTINENT CASUALTY. COMPANY Tulsa, Oklahoma Know all Men by these presents: That the MID-CONTINENT CASUALTY COMPANY, a corporation of the State of Oklahoma, having its principal office in the city of Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -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 appointors need be Directors of the Company." The Company does hereby constitute and appoint John K Deer, Pam Derichsweiler, Vaughn Graham, Stephen M. Poleman and James R. Richardson, individually of TULSA. OK its true and lawful attorney(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, Any and all bonds and undertakings of Suretyship And the execution of such mstrunent(s) in pursuance of these pre-xats, shall be as binding upon the said MID CONI1NENT 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 19 day of December . 2002 ATTL•ST: SARA ANDERSON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT On this 19 day of December , 2002 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 duty 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 vtstrument 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. •,pµNllnllnara r ,v O7 �{W f1 AP.1 havehereunto setmy hand and affixed my officialCOMM. M 00 I9M7 S sat at the Cit of This., the day and year fit above writico. ,llr � `ST My Commission expires 1-14—04 °•. Z` b L FAY SCOTT Notary Public I, SARA X$IlitRSON Assistant Secretary of MID-CONTINENT CASUALTY COMPANY do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. This certifies that any faaimile or mechanically -produced signature of any officer of the Company and Cagwry seal, wherever appearing upon a power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and died as tbough manually affixed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation >° Vt CA$(� ) this 14TH day of JANUARY 2003 S t. SEALF ' SARA ANDERSON Assistant Secretary aE8t8a4C !l:4 rru U,�\„N enowoosse •, •C'M.Yp. I I I [1 I I I WHEREAS, the Principal is about to submit, or has submitted to the City of Fayetteville, a Bid ' for furnishing all labor, materials, equipment and incidentals necessary to perform Sanitary Sewer Manhole Rehabilitation, Illinois River Basins 1-5 and 18-19 and White River Mini System, as described in these Contract Documents, WHEREAS, the Contractor desires to file this bond in accordance with law, in lieu of a certified bidder's check otherwise required to accompany this Bid. NOW, THEREFORE: The conditions of this obligation are such that if the Bid is accepted, the Principal shall, within ten (10) days after the date of receipt of a written notice of award of ' contract, execute a contract in accordance with the Bid and upon the terms, conditions and price(s) set forth therein, of form and manner required by the City of Fayetteville, and execute a sufficient and satisfactory contract Performance Bond, Labor and Material Bond, and Maintenance Bond, each payable to the City of Fayetteville, in an amount of One Hundred Percent (100%) of the total Contract price in form and with security satisfactory to said City of Fayetteville, then this obligation to be void; otherwise to be and remain in full force and virtue in law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid City of Fayetteville, upon demand, the amount hereof in good and lawful money of the United States of America not as a penalty but as liquidated damages. BID BOND KNOW ALL MEN BY THESE PRESENTS, That (hereinafter called the Principal) and (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of with its principal office in the City of and authorized to do business in the State of Arkansas are held and firmly bound unto the City of Fayetteville, AR, in the full and just sum of Dollars ($ good and lawful money of the United States of America, to be paid upon demand of the City of Fayetteville, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, and assigns, jointly and severally and firmly by the presents. I I Bid Bond City of Fayetteville 1 Sanitary Sewer Improvements ' Surety companies executing Bonds must hold Certificates of Authority as Acceptable Sureties, must appear on the Treasury Department's most current list ("A" Rating or better) (Circular 570 as amended), and be authorized to transact business in the State of Arkansas. IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and scaled this day of , 200_ ' Principal '• By (Seal) Surety (Seal) Countersigned ' Local Resident Producing Agent for 1 1 1 1 Bid Bond City of Fayetteville Sanitary Sewer Improvements 2 C1 I I I Li Li I I I I BONDING COMPANY INFORMATION The following person, firm, or corporation has agreed to execute the required payment and performance bonds in the event this contract is awarded to the bidder. Name of Surety: MILD - Can11 Err ddsaaLr4. Mailing Address: ?• o. &1I( /1/69 City, State, Zip: %U/sa, Ok/ahonya. noD/ Telephone Number: Q185(9? - 70141 / at Is surety authorized to operate in Arkansas? VES Is surety aware of size of project? 65 Does surety have adequate authorization and resources to cover bonds for the amount of this contract?y5'5 Rating from U.S. Treasury List A Project: Sanitary Sewer Manhole Rehabilitation IOwner: City of Fayetteville, Arkansas I I I I I T-& EX CA\1Ac1 1f30r 100., Name of Bidder Bonding Company Information City of Fayetteville Sanitary Sewer Improvements SUBCONTRACTORS List of Major Subcontractors The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Bid, the major subcontractors used in the prosecution of the work will be those listed below, and 2. The following list includes all subcontractors who will perform work on this contract. 3. The Bidder represents that the subcontractors listed below are financially responsible and are qualified to perform the work required. Category Name of Subcontractor Address Meets Oualifications .Lo SGf/5CON1R,flbR1 Nk/FOrf/) Subcontractors City of Fayetteville 1 Sanitary Sewer Improvements STATEMENT OF EXPERIENCE OF BIDDER The Bidder shall state below the work of similar magnitude or character which he has done, and shall give reference to his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. References shall include the name and telephone number of the project representative to be contacted. Project Name & # of Contract Class of Date Name & Address Location LF Amount Work Completed of Owner SSE At,i.t I Statement of Experience City of Fayetteville Sanitary Sewer Improvements COMPLETED PROJECTS ' PROJECT I City of Owasso City of Sapulpa City of Sapulpa City of Sapulpa Coal Creek Flattock Creek Joe Creek Stroud Waterline West Tulsa Waterline Fairfax Waterline Vance AFB City of Bartlesville Vance AFB Flatrod( Creek, Corn. 7 City of Tulsa-NonArterial City of Tulsa -Arterial Oswego Waterline Summit Blvd. Fayetteville Sewer Crow Creek Douglas Creek City of Sand Springs 38th Street Fayetteville II Sewer Contract 14 - Tulsa Claremore Waterline 8 Sewer Non -Arterial Zone 2065 Upper Joe Creek #2 WORK DESCRIPTION Sanitary Sewer/Pipebursting Manhole Sanitary Sewer/Pipebursting Sanitary Sewer/Pipebursting Sanitary Sewer Interceptor Relief Line Sanitary Sewer Waterline Waterline Waterline Concrete Paving Sanitary Sewer/Pipebursting Concrete Paving Sanitary Sewer Streets Streets Waterline Paving Sanitary Sewer Manhole Sanitary Sewer Paving Sanitary Sewer Waterline Waterline & Sanitary Sewer Street/Waterline/Sanitary Sewer/ Storm Mahhole CONTRACT AMOUNT CONTACT $1,903,991.00 Robert Carr $1,200,000.00 Neil Pulliam $421,111.11 Neil Pulliam $365,555.00 John Nelson $1,487,732.00 RJN Group $669,199.00 John Nelson $583,333.00 RJN Group $932,380.00 Eagle Consultants $414,444.00 Mike Augustine $1,242,333.33 Hub&Garver Jay Updike $4,171,404.00 Rick Morrow $3,000,000.00 John Nelson $1,966,500.00 Rids Morrow $2,333,333.00 Wade & Associates Alan Johnson $755,650.00 Chris Cox $888,888.00 Chits Cox $407,777.00 City of Tulsa Mike Augustine $524,555.00 City of Sand Springs Kurt Baker $186.543.00 RJN Group Paul Thompson $885,000.00 Bums & McDonnell John Masek $533,333.00 City of Tulsa Matt Vaughn $624,955.00 City of Sand Springs Kurt Baker $1,100,00.00 RJN Group Paul Thompson $1,757,777.00 City of Tulsa Chris Cox $1,797,777.00 City of Claremore Art Andrews PHONE A (918) 272-4958 (918) 491-9995 (918)491-9995 (918)491-9995 (918)627-9737 (918)491-9995 (918)627-9737 (405)840-2555 (918)596-9384 (918)682-7811 (580)213-7172 (918)491-9996 (580)213-7172 (785)841-1774 (918)596-8574 (918)596-8574 (918)596-9384 (918)246-2579 (501)601-4569 (918)744-7111 (918)596-7832 (918)246-2579 (501)6014569 (918)596-8574 (918)342-1889 $1,727,777.00 City of Tulsa (918)586-9613 Danny Graham $964,444.00 City of Tulsa (918)596-9568 Page 1 Steve Linden I I Non -Arterial Zone 9056 Street & Storm $323,333.00 City of Tulsa Danny Graham Wal-Mart Sewer/Water/Storrs $800,000.00 Sub to Silver Star Tim Caudle City of Claremore Pipebursting $266,513.00 City of Claremore Art Andrews City of Sand Springs Manhole $28,888.00 City of Sand Springs Jesse Vaverka City of Collinsville Sanitary Sewer $563,333.00 HUB Jay Updike Fred Creek Sanitary Manhole/Sanitary Sewer $2,333,333.00 City of Tulsa Steve Linden Silverchase Sanitary Sewer $4,474,207.00 City of Tulsa Steve Unden Douglas Creek Manhole3•)Cp q/9cl $588,122.00 Cityof Tulsa Steve Linden Lower Mingo Creek Manhole 3( 0 V 0)/00 $531,571.00 City of Tulsa Steve Linden Crow Creek Contract 1 Manhole 7e00' ✓ 0W00 $1,174,228.00 City of Tulsa Steve Linden Crow Creek Contract3 Manhole 5000 ✓ /%u $941,285.00 City of Tulsa Steve Linden Upper Joe Creek Manhole 3oon v O3/01 $571,526.00 City of Tulsa Steve Linden Fred Creek Manhole 4000 ✓ OY/o $737,700.00 City of Tulsa Steve Linden Upper Joe Creek Manholego0D ✓, 03/07. $1,022,518.00 CityofTulsa Steve Linden (918)586-9613 (405)793-1725 (918)342-1889 (918)246-2585 (918)682-7811 (918)596-9568 (918)596-9568 (918)596-9568 (918)596-9568 (918)596-9568 (918)596-9568 (918)596-9568 (918)596-9568 (918)596-9568 STATEMENT OF COMMITMENT The Bidder shall state below the projects which he is currently under contract, dollar value of contracts, and estimated time of completion. Project and Location Dollar Value (1) (2) Bee. 097%c cs3 (3) (4) (5) (6) 7) (8) (9) (10) Estimated Date of Completion Percent Currently Complete Statement of Commitment City of Fayetteville Sanitary Sewer Improvements U ' JOB # I21040 22010 ' 22020 22025 U 22030 22035 22040 ' 22045 22050 1 1 I I. 1 CONTRACTS ON HAND JOB NAME Sand Springs Hourly Upper Mingo/Upper Joe Midtown Manhole Becco Street Cut Shady Oaks Sand Springs Manhole Rehab Okmulgee Sewer Claremore Sewer Lower Mingo/Douglas Creek AMT OF CONTRACT COMPLETION DATE 55, 555.00 1,147,777.00 298,888.00 500,000.00 757,777.00 138,327.00 644,444.00 193,333.00 838,888.00 Feb -03 Jun -03 Mar -03 Jul -03 Apr -03 Jan -03 May -03 Mar -03 Jul -03 I I I ' Name of Bidder I CITY OF FAYETTEVILLE, AR BID SANITARY SEWER MANHOLE REHABILITATION T -G EXeAagn,t , J4.. Business Address c96,O/� E '4D,ni,e.ge. YL,Qce� ' Date I. I I I I I I I I Li I I �aTDOS Q 1 Ok. To: The City of Fayetteville, AR The undersigned, as Bidder, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications for the above designated work, all other documents referred to or mentioned in the Contract Documents, the Contract Drawings and Specifications, including Addenda Nos. Z, and issued thereto; and he proposes and agrees if this bid -is accepted that he will contract with the City of Fayetteville, AR, in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility and transportation services necessary to do all the work and furnish all materials and equipment specified or referred to in the Contract Documents, in the manner and time therein prescribed and according to the requirements of the City of Fayetteville, AR as therein set forth to furnish the Contractor's Bonds and Insurance, and to do all other things required of the Contractor by the Contract Documents, and that he will take in full payment therefor the sums set forth in the following Bid Schedule. I. BID SCHEDULE Bidder agrees to perform all the work described in the Contract Document for the following unit prices. Bids shall include sales tax and all other applicable taxes. Bid City of Fayetteville I Sanitary Sewer Improvements MANHOLE REHABILITATION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS UNIT AMOUNT PRICE BID (Furnish and install, including all appurtenant work, complete in place, the following items:) 1 718 EA Replace Manhole Frame and Cover per Section D2-2 (material only) (9wk, HULJ4AkD QNIRTY Dollars & eo ZEQO Cents per BA $ I3U 2 246 EA Paved Frame & Grade Adjustment Sealing per Section D2-4 foua 1 VWDAk� _____,! Dollars & 21t&O Cents per BA $ 4C $ 1 1 O 3 600 EA Nonpaved Frame and Grade Adjustment Sealing per Section D2-4 —T1+ILILL 14Ua0AGz> S ►VgTy Dollars & cc ERs Cents per EA $ 3(oC $ I 0O0� 4 600 VF Concrete Manhole Gradc Adjustments per Section D2-3 (material only) 1rLvt v y Dollars & z t'Z0 Cents per VF $_c2() $ o0 2 Bid City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS 5 45 EA Replace Manhole Flattop per Section D2-2 9 7 UNIT AMOUNT PRICE BID -wo µw OAILD F1fTf Dollars& 2 EAO Cents per EA $ v7SD $ J 387 VF Pressure Grout Manhole per Section D2-7 F' FTi Dollars & Z L&6 Cents per VF $ oo $ 1-t 248 EA Interior Manhole Coating per Section D2-8 or D2 -8A (Depth 8' or Less) Snv><.►.� HuNO2fD Dollars & eo Q9J 2 EQ.O Cents per EA $ 700 $ I1QQ0 8 87 EA Interior Manhole Coating per Section D2-8 or D2 -8A (Depth >8') i Dollars & 2 LAD Cents per EA $ 93O _ 3 Bid City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 9 9 EA Interior Manhole Epoxy Coating with Corrosion Resistant Material per Section D2 -8B or D2 -8C oiJ L 7FF4 © uJ/4c W D PlOt kUuDRwD Dollars& E2o Q2O Cents per EA $ I S^C O $ 13� S OO 10 536 EA Pressure Grout Pipe Seals, Bench and Trough, and lower 18" of Manhole per Section D2-7 1WC) l-4uwPA-ti) Dollars & Z E Qo Cents per $ 2W_ $ju�I 11 10 EA 48" Diameter Standard Sanitary Manhole 4' - 6' Deep, per Section D2-5 7200 C%%VOtAdA.oO DNkr /- 14Jj9A CO Dollars & OO CC 2 k___ Cents per EA $ .2l DO— 12 11 VF 48" Diameter Standard Sanitary Manhole, Additional Depth, per Section D2-5 Dollars & _�� Cents per YE $______ $ J100 4 Bid City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 13 8 EA Shallow Manhole <4' Deep, per Detail and Section D2-5 ©wt V')f©unA/-W Fiuu- 4u/J,0R 0 Dollars & OO 2 /1O Cents per EA $ /J OOf $ /2, occC 14 100 VF Partial Manhole Replacement, per Section D2-5 pAM— y A! Dollars & 7_ EQD Cents per VE $ lID $ O 15 9 EA Replace Manhole Bench and Trough per Section D2-6 l'ix H[��DRED Dollars & ZJ=Q O Cents per EA $ I?OO sfi 16 180 LF Trench Safety System, per Section Dl -8 ®N� Dollars & �— _ Cents per LF $ / $ ao 17 1 LS Photo Documentation per Section D1-3 iWo THou %AM0 T '0 /H 4400 G/YrY- `RAM- Dollars & po g9� Z/CAp CentsperLS $ oZc $ 5 Bid City of Fayetteville Sanitary Sewer Improvements I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 18 7 EA Install Bolts for Bolt Down Covers (Per Each Cover) iNR7'Y Dollars & 2&CO Cents perEA $_30 $ o?/O� 19 3 CY Trench Foundation Material as Directed by Engineer 27A.74eQ 7'Y — F I OfE Dollars & 00 00 Z.F.( O Cents per Cam' $ oZc $ 7S 20 801 EA Furnish and Install Watertight Inserts per Section D2-2 Dollars & 00 00 Z tRD Cents per EA $ JS $,8 O3S 21 10 EA Furnish and Install Stainless Steel Watertight Inserts per Section D2-2 72vO Nu,DeQW nnw Dollars & Zt,QO Cents per EA $ O?/O 6 Bid City of Fayetteville Sanitary Sewer Improvements I, PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 22 50 LF Additional Pipe Installed Varying in Diameter from 4" to 24", Complete in Place, Including Backfill Material, Service Connections, Compaction and Surface Restoration in Paved and Non -Paved Areas per Section D2-11 Siv .'crV— F/uE Dollars & HERO Cents per LF 23 10 EA Backfill Density Testing per Section D2-10 Dollars & $ 7s $375'0_ 00 2aO Cents per EA $ CO $ Coo 24 5 CY Rock Excavation per Section D2-9 Dn9�i I1LiA'DQ E7) Dollars & Z__ CentsperEEA $_/DO $ OQ' 00 TOTAL MANHOLE REHABILITATION $ 933333 (in 7 Bid City of Fayetteville Sanitary Sewer Improvements III. BID CONDITIONS It is expressly understood and agreed that the preceding total Bid is the basis for establishing the amount of the Bid security on this Bid for SANITARY SEWER MANHOLE REHABILITATION/REPLACEMENT, ILLINOIS RIVER BASINS 1-5, 18-19 AND WHITE RIVER MINI SYSTEM 27 for the City of Fayetteville, AR, and that this total Bid is not to be construed to be a Lump Sum Bid. ' It is further understood that quantities in the bidding schedule for unit price items are approximate only, and that payment of a Contract will be made only on the actual quantities of work completed in place, measured on the basis defined in the General Conditions, Specifications, or other Contract Documents. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the unit prices for other items listed in the Proposal. The undersigned has carefully checked the above bidding schedule against the Contract Drawings, Specifications, and other Contract Documents before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification and amount, and as correctly listing the complete work to be done in accordance with the Contract Drawings, Specifications, and other Contract Documents. ' If this Bid is accepted and the undersigned shall fail to contract as aforesaid and to give the Performance Bond, Labor and Material Bond, and Maintenance Bond required by the Conditions of Contract or by law, and to provide all insurance as required by the Contract Documents within ten (10) days after the date of the notice of award of the Contract, the City of Fayetteville may, at his option, determine that the Bidder has abandoned his Contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Fayetteville as liquidated damages. ' The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion no later than 225 Calendar Days from date of Notice to Proceed The undersigned further agrees to fully complete all work covered by this Bid to the point of final acceptance by the City of Fayetteville no later than 240 Calendar Days from date of Notice to Proceed. If the undersigned fails to complete the work within the contract time, or extension of time granted by the City of Fayetteville for unavoidable delays, then the undersigned shall pay to the City of Fayetteville liquidated damages for each calendar day beyond the day stipulated in the Contract Documents. By submission of this Bid, the undersigned certifies, and in the case of a joint bid, each party thereto certifies as to his own organization, that in connection with the proposal: A. The prices in the proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor, B. Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not submit a bid for the purpose of restricting competition. 8 Bid City of Fayetteville Sanitary Sewer Improvements ( D. He is the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. E. He is not the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to Paragraphs A through C above, and as their agent shall so certify; and shall also ' certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. III. BID SECURITY Accompanying this Bid is a &O BONA in the amount of ✓E fEEC6�vT Dollars. (S Sqa ) Note: The total amount of Bid security shall be based on the Total Bid of this Contract IV. BIDDER'S SIGNATURE A. An Individual By (Individual's Name) doing business as IBusiness address: Phone No.: B. A Partnership I By (Firm Name) (SEAL) I ' Business address: Phone I I (General Partner) (SEAL) 9 Bid City of Fayetteville Sanitary Sewer Improvements I 1 1 1 1 i 1 I 1 1 1 I 1 C. A Corporation By I - Name) Q /Uholw' (State of Incorporation) LM E5I DC - (Corps Attest (Name of Person Authorized to Sign) (Title) Business address: c260ilo 1. Ay/y7 ,,en L PLa fG Ca 6i)ta1 DK/a/,a.r,a 7S<o/S Phone No.: (9,8) �6h -'/73(0 D. A Joint Venture By (Name) (Address) (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). a1D 03 Subscribed and sworn to before me this day of , )e4Wa 9.eLi 2002. Noisy DuJtIC Odahoma OFFICIAL SEAL NEVA FARLEY Notarublic TULSA COUNTY ca ssssei 191999719 Cantu .07-26.1096 10 Bid I City of Fayetteville Sanitary Sewer Improvements I I I 1 L I I I I I I I I I I I Li I CONTRACTUAL DOCUMENTS SECTION B I7 I ICITY OF FAYETTEVILLE, ARKANSAS ' AGREEMENT SANITARY SEWER MANHOLE REHABILITATION L TI IIS AGREEMENT, made this _ day of 2003, by and between the City of Fayetteville, Arkansas, a municipal corporation and T -G Excavating, Inc. hereinafter referred to as T -G Excavating. WITNESSETH: ' WHEREAS, the City of Fayetteville has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Sanitary Sewer Manhole Rehabilitation Illinois River Basins 1-5 and 18-19 and White River Mini System 27. WHEREAS, the City of Fayetteville did on the 14th day of January, 2003 find that T -G Excavating was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the T -G Excavating a Contract for said work. ' NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties do hereby agree as follows: ' ARTICLE 1- WORK TO BE DONE BY CONTRACTOR T -G Excavating agrees, at its own cost and expense, to do all the work and to furnish all the ' labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Manhole Rehabilitation Illinois River Basins 1-5 and 18-19 and White River Mini System 27. All in full accordance with and ' in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of T -G Excavating by said Contract Documents for said work. ARTICLE 11 - CONTRACT DOCUMENTS ' The Contract Documents are defined in the General Conditions. ri I 1 Agreement City of Fayetteville ewer System Improvements I I I [1 I I I I I I I I I I I I I ARTICLE III - CONTRACT AMOUNT T -G Excavating agrees to receive and accept the attached contract unit prices and/or lump sum prices as full compensation for furnishing all materials and equipment for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of Fayetteville, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS ENGINEERING COSTS T -G Excavating shall, and agrees to, pay to excess engineering as described in the General Conditions. T -G Excavating shall, and agrees to, pay for liquidated damages or actual damages if T -G Excavating fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION T -G Excavating agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than 225 Calendar Days from the date of Notice to Proceed. T -G Excavating further agrees to complete all work to the point of final acceptance by the City of Fayetteville no later than 240 Calendar Days from the date of Notice to Proceed. T -G Excavating shall, and agrees to, furnish and deliver to the City of Fayetteville, the Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. Agreement 2 City of Fayetteville Sewer System Improvements I ' ARTICLE VI - PAYMENTS TO CONTRACTOR The City of Fayetteville agrees with said T -G Excavating to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the said parties f'or themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the convenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. ' IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. 1 (SEAL) '• T -G Excavating. Inc. (Contractor) Q� Attest 4X BycLJ/a'ta. �5 pS(e•vs 1 Name 44MY /% £AJjiy Name e-],9n/o2A 1i • /7 E.eR,n4U (please type) (please type) 1 Title SAGRA5 jA y Title �a ENT 1 ' (SEAL) Attest: M ' Name &ndra_ SMi14. (please type) L Title 1 w; W 1 , ' y\. r f 1 CITY OF FAYETTEVILLE, AR Nat Title Agreement City of Fayetteville Sewer System Improvements I: Bond No. BD -89518 IT ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We T -G Excavating, Inc. as Principal, hereinafter called Principal, andMid-Contipent Casualty mP, a corporation organized and existing under the laws of the State of Auomneas and authorized to do business in the State of Oklahoma Arkansas, as Surety, hereinafter called Sue rety, arheld and firmly bound unto City of Fayetteville as Obligee, in the amount ofNine Hundred Thirty -Three ThousaM la ($933,333.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Three Hundred Thirty -Three & 00/100 — Principal has by written agreement dated entered into a contract with City of Fayetteville for Sanitary Sewer Manhole Rehabilitation, Illinois River Basins 1-5 and 18-19 and White River Mini System, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the City of Fayetteville from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the City of Fayetteville all outlay and expense which the City of Fayetteville may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the City of Fayetteville'spriority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the City of Fayetteville after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the City of Fayetteville after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the City of Fayetteville of any extension of time for the performance of the contract, or any other forbearance on the part of either the City of Fayetteville or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. Performance Bond City of Fayetteville Sanitary Sewer Improvements In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of /( , 20tl. T -G Excavating, Inc. Principal B Mid -Continent Casualty Company Surety By Pam Derichsweiler Attorney -in -fact Performance Bond 2 City of Fayetteville Sanitary Sewer Improvements MAINTENANCE BOND BOND NUMBER BD -89518 KNOW ALL MEN BY THESE PRESENTS, That we, T -G Excavating, Inc. (hereinafter called the Principal), and Mid -Continent Casualty Company a corporation (hereinafter called the Surety), are held and firmly bound unto City of Fayetteville, Arkansas hereinafter called the Obligee), in the full and just sum of Nine Hundred Thirty -Three Thousand, Three Hundred Thirty -Three & 00/100 ($933,333.00) Dollars, lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has entered into a certain contract with the Obligee dated for Sanitary Sewer Manhole Rehabilitation Illinois River Basins 1-5 and 18-19 and White River Mini System 27 which contract has been or is about to be accepted. AND WHEREAS, specifications and contract provided that T -G Excavating, Inc. should guarantee the project free from defects caused by faulty workmanship and materials for a period of two years after substantial completion, general wear and tear excepted. NOW, THEREFORE, if the said project shall be free from defects of workmanship and materials, general wear and tear excepted, for a period of two years after substantial completion, then this obligation shall be null and void; otherwise to remain in full force and effect. Signed, sealed and delivered Witness as to Principal Pam Maintenance Bond City of Fayetteville Sanitary Sewer Improvements 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 1 principal office in the city of Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -wit: "Article IV, Section 7. — The Executive Officers of the Company shall have power and authority to appoint, for purposes only of executing land 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 Pam Derichsweiler and James R. Richardson, individually of TULSA, OK ' its true and lawful attorney(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and decd, Any and all bonds and undertakings of Suretyship ' And the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said MID-CONTINENT CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma. ' IN WITNESS WHEREOF, MID-CONTINENT CASUALTY COMPANY has executed and attested these presents this 08 day of January 2003 ATTESi:ati�- SARA ANDERSON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT On this 08 day of January , 2003 before me, u 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 instr unent, is now in force. ••,0. 11,li0,is,, C i •v* ilo;2 (tJ C)C NOF, I have hereunto set my hand and affixed my official seal at the City of Tulsa, the day and year fwa above written. i,� OTA ' , i( Commission # 00018867 4s -r 444O My Commission expires 1 —14-04 NCO ( ILA ion ( ' '••� '� v0 L FAY SCOTT Notary Public SA CC .,.a ass ' I. SARA ANt5 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 si®tature of any officer of the Company and Company seal, wherever appearing upon a power of attorney issued by the Canpeny, 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 ja: kN N r C, this 10TH day of MARCH , t&X 2003 5 ; —s SARA ANDERSON Assistant Secretary :�• ALf 1 e• a810aMC 'I•,.•.•�. w:,.- BN0r600599 y a. Y .TT aI. [-i I I I I I I I I I [] [1 I I I I GENERAL CONDITIONS SECTION C I Ll ITABLE OF CONTENTS FOR GENERAL CONDITIONS ' SUBJECT PAGE A DEFINITIONS................................................... 1 B CONTRACT DOCUMENTS: DEFINITIONS .......................... 5 C PRELIMINARY MATTERS.......................................6 D CONTRACT DOCUMENTS: INTENT AND REUSE .................. 8 E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS ........................................... 11 F BONDS AND INSURANCE ...................................... 14 G CONTRACTOR'S RESPONSIBILITIES ............................. 23 ' H OTHER WORK ................... I CITY OF FAYETTEVILLE'S RESPONSIBILITIES .................... 34 J ENGINEER'S STATUS DURING CONSTRUCTION ...................35 K CHANGES IN WORK ........................................... 38 I. CHANGES IN CONTRACT PRICE................................39 M CHANGES IN CONTRACT TIME .................................. 45 ' N WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK ............................................. 47 O PAYMENTS TO CONTRACTOR AND COMPLETION ............... 51 ' P SUSPENSION OF WORK AND TERMINATION . .................... 59 ' Q ARBITRATION . ...............................................62 R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FOR DELAY..................................................62 S EXCESS ENGINEERING COSTS . ................................. 64 ' T MISCELLANEOUS.............................................64 aj I I INDEX TO GENERAL CONDITIONS Page Paragraph Number Number Acceptance O.12 58 Access to the Work N.2 47 Addenda, definition of A.1 1 Adjusting Progress Schedule F.4.c 24 Agreement, definition of A.2, B.3.a 1,6 All Risk Insurance F.2.a 15 Amendment, Written A.42, D.2 5, 9 Application for Progress Payment Request O.2 51 Arbitration Q 62 As Directed, definition of A.3 1 As Shown, definition of A.4 1 ' Availability of Lands E.1 11 Avoidable Delays M.2.a 46 Award, Notice of, definition of A.23 3 Before Starting Construction C.5 7 Bid, definition of A.5 1 Bidder, definition A.6 1 Bidding Documents B.2 5 Bonds and Insurance F.1, F.2 14, 15 Bonds, definition of A.7 1 Bonds, delivery of C.1, F.1 6, 14 Bonds, Performance and Other B.3.b, F.1 6, 14 Cash Allowances L.6 43 Certificate of Insurance F.2.c 18 Changes in Contract Price L 39 Changes in Contract Time M 45 Change Order, definition of A.8 1 Change Orders, Engineer's Responsibility J.5 35 Change Orders, to be Executed K.4 38 1 Changes in Work K 38 City of Fayetteville May Correct Defective Work N.9 50 City of Fayetteville May Stop Work N.5 49 City of Fayetteville May Suspend Work, Terminate P.1, P.2 59, 60 City of Fayetteville's Duty to Execute Change Orders I.7 36 City of Fayetteville's Liability Insurance F.3.a. 19 City of Fayetteville's Representative J.1 35 City of Fayetteville's Responsibilities I 34 Claims, Waiver of, on Final Payment O.14 59 ii J I ' Page Paragraph Number Number ' Clarifications and Interpretations J.4 35 Cleaning G.10.b 29 ' Completion O 51 Completion, Substantial O.8 55 Commencement of Contract Time C.3 7 ' Conditions of Contract B.4 8 Conference, Pre -Construction C.6 9 Conflict, Error, Discrepancy - Contractor to Report C.5.a, D. I.c 7, 9 ' Construction Machinery, Equipment, etc. G.2.b 24 Continuing the Work G.15 32 Contract Documents - Amending and Supplementing D.2 9 Contract Documents, definition of A.9, B 1, 5 Contract Documents, Discrepancies and ' Omissions D.4 10 Contract Documents: Intent and Reuse D.1 8 Contract Documents: Titles and Headings D.5 11 ' Contract Price, Change of L 39 Contract price, definition of A.10 2 Contract Time, Change of M 45 ' Contract Time, Commencement of C.3 7 Contract Time, definition of A.11 2 Contractor, definition of A.12 2 Contractor May Stop Work or Terminate P.3 62 Contractor's Continuing Obligation O.13 58 Contractor's Duty to Report ' Discrepancy in Documents C.5.a,D.1.b 7,9 Contractor's Fee, Costs Plus L.5.a 42 Contractor's Liability Insurance F.2.a 15 ' Contractor's Responsibilities - in General G 23 Contractor's Warranty of Title O.6 53 Contractor's - Other H 33 Contractual Documents B.3 6 Contractual Liability Insurance F.2.a 15 Coordinating Contractor, definition of H.2 34 ' Coordination H.2 34 Copies of Documents C.2 7 Correction or Removal of Defective Work N.6 49 Correction Period, One Year N.7 49 Correction, Removal or Acceptance of Defective Work - in General N.6 thru N.9 49, 50 Cost, Net Decrease L.5.a.(2) 42 Cost of Work L.4,O.4 39, 53 Costs, Supplemental L.4.a.(5) 40 J Paragraph Number Page Number Day, definition of A.13 2 Defective, definition of A.14 2 Defective Work, Acceptance of N.8 50 Defective Work, Correction or Removal of N.6 49 Defective Work, Rejecting J.6 36 Definitions A 1 Delays M.2, M.3 46, 47 Delivery of Bonds C.1 6 Determination for Unit Prices J.8 36 Disputes, Decisions by Engineer J.9 36 Documents, Copies of C.2 7 Documents, Record G.11 29 Documents, Reuse of D.3 10 Drawings and/or Plans, definition of A.15 2 Easements E.1 11 Effective Date of Agreement, definition of A.16 2 Emergencies G.13 30 Engineer, definition of A.17 2 Engineering Cost, Excess S 65 Engineer's Decisions J.8, J.9 36 Engineer's, Notice Work is Acceptable O.12 58 Engineer's Responsibilities, Limitations on J.10 37 Engineer's Recommendation of Payment O.7, O.11 53, 57 Engineer's Status During Construction J 35 Equipment, Labor, Materials G.2 23 Equivalent Materials and Equipment G.4 24 Excess Engineering Costs S 65 Extension of Time M.3 47 Explorations of Physical Conditions E.2.a 11 Fee, Contractor's Costs Plus L.5 42 Field Order - definition of A.18 2 Field Order - issued by Engineer K.2 38 Final Acceptance, definition of A.19 2 Final Application for Payment O.11 57 Final Observation O.10 57 Final Payment and Acceptance O.12 58 Final Payment, Recommendation of O.12 58 General Requirements, definition of A.20 2 General Provisions T.3 66 Giving Notice T.1 66 Guarantee of Work, by Contractor N.1 47 LI L I I I L_ I I I I I I I I iv J I Page Paragraph Number Number Headings, Titles and D.5 11 Hold Harmless Agreement G.16 32 ' Indemnification G.16 32 Insurance, Amount of Coverage F.2.a.(4) 15 ' Insurance, Bonds and F 14 Insurance, Certificates of C.5.c, F.2.c 8, 18 Insurance, Completed Operations F.2.a. 16 ' Insurance, Contractor's Liability F.2.a. 15 Insurance, Contractual Liability F.2.a 15 ' Insurance Companies, Notification of F.5 22 Insurance, City of Fayetteville's Liability F.3 19 Insurance, Property F.2, F.3, F.4 16, 18, 19 • Insurance, Waiver of Rights F.l.b 14 Insurance, Workmen's Compensation F.2.b(1) 16 Insurance, Workmen's Occupational Diseases F.2.b.(1) 16 Interpretations and Clarifications J.4 35 Investigations of Physical Conditions E.2 11 ' Labor and Material Bond F.1.b 14 Labor, Materials and Equipment G.2 23 Laws and Regulations A.22,G.8 2, 28 • Liability Insurance, Contractor's F.2.a. 15 • Liability Insurance, City of Fayetteville's and Engineer's F.2.a. 15 Limitations on Engineer's Responsibilities J.10 37 ' Limits of Authority L.8 45 Liquidated Damages R 63 ' Materials and Equipment, furnished by Contractor G.2.a, G.2.c 23, 24 Materials and Equipment, not incorporated in work O.2.b 51 Materials or Equipment, Equivalent G.4 24 Miscellaneous, Provisions T 66 Notice, Giving T.1 66 ' Notice of Award, definition of A.23 3 Notice of Acceptability of Project O.12.a 58 Notice to Proceed, definition of A.24 3 Notice to Proceed C.3 7 ' Observation, Final O.10 57 Observation Tests and N.3 47 "Or -Equal" items G.4.a 24 Other Contractors, Work by Others II 33 Other Work H 33 I I Page Paragraph Number Number Overtime Work, Prohibition of G.2.a 23 ' Owner, definition of A.25 3 Partial Utilization, definition of A.26 3 Partial Utilization O.9 56 Partial Utilization, Property Insurance F.4.b 20 Partial Waiver of Liens O.5 53 Patent Fees and Royalties G.6 27 Payment Request, definition of A.27 3 Payment Request, Final O.8.a 54 Payment Request, Progress O.2 51 Payments to Contractor and Completion O 51 Payments, Recommendation of O.7 53 Payments to Contractor O 51 Payments to Contractor, when due O.7.b, O.12.a 54, 58 Payments to contractor, withholding O.7.d 54 Payments, Reporting and Invoicing Cost -of -Work O.4 53 Payments, Unit Prices O.3 52 Performance, Bonds F.1.a 14 ' Permits G.7 27 Physical Conditions E.2 11 Physical Conditions, Engineer's Review E.2.d 12 Physical Conditions, Existing Structures E.2.b 11 Physical Conditions, Exploration and Reports E.2.a 11 Physical Conditions, Possible Document Change E.2.e 12 Physical Conditions, Price and Time Adjustment E.2.f 12 Physical Conditions, Report to Differing Conditions E.2.c 12 Physical Conditions, Underground Facilities E.3 13 Pre -Construction Conference C.6 8 Preliminary Matters C 6 Premises, Use of G.10 28 Price, Change in Contract L 39 Price, contract, definition of A.10 2 Progress Payment, Applications for O.2 51 , Progress Payment, Review of Applications O.7 53 Progress Schedule C.5.b(1), O.1 7, 51 Progress Schedule, Adjusting G.3 24 Project, definition of A.28 3 Project Representative J.3 35 Project Starting C.4 7 Property Insurance F.4.a 19 Property Insurance - Partial Utilization F.4.b. 20 Protection, Safety and G.12 29 vi I ' Page Paragraph Number Number ' Provide A.29 3 ' Recommendation of Payment O.7.a, O.11 51,57 Record Documents G.11 29 Reference Points E.4 14 Regulations, Laws and G.8 28 Rejecting Defective Work J.6 36 Related Work at Site H.1 33 ' Remedies Not Exclusive T.3.b 66 Removal or Correction of Defective Work N.6 49 Resident Engineer A.31 3 Resident Project Representative, definition of A.30 3 Resident Project Representative J.3 35 Responsibilities, Contractor's G 23 Responsibilities, Engineer's J 35 Responsibilities, City of Fayetteville's 1 34 ' Retainage O.2.d 52 Reuse of Documents D.3 10 Rights of Way E.1 11 ' Royalties, Patent Fees and G.6 27 Safety and Protection G. 12 29 ' Samples, and Drawings G.14 30 Schedule of Shop Drawing Submissions C.5.b(2), O.1 7,51 Schedule of Values C.5.b.(3),O.1 7, 51 •' Schedule of Progress C.5,C.6,C.7,G.3,G.14,P.2.a.(6) 7,8,24,30,60 Schedules, Finalizing C.7 8 Shop Drawings and Samples G.1 1, G.14 29, 30 ' Shop Drawings, definition of A.32 3 Shop Drawings, Use for Substitutions G.4.a 24 Site, Visits to by Engineer J.2 35 '• Specifications, definition of A.33 3 Specifications and Drawings B.5 6 Starting Construction, Before C.5, C.6 7, 8 '• Starting the Project C.4 7 Stopping Work, by Contractor P.3 62 Stopping Work, by City of Fayetteville N.5 49 'Subcontractor Bond F.7 22 Subcontractor, definition of A.34 4 Subcontractors - in General G.5.a 26 Subcontractors, Required Provisions G.5.a 26 Substitute or "Or -Equal" Items G.4 24 ' Substantial Completion, Statement of O.8 55 Substantial Completion, definition of A.35 4 I vii I Paragraph Number Page Number Subsurface Conditions E.2.a, E.3 11, 13 Supplemental Costs L.4.a.(5) 40 Supplementary Conditions, definition of A.36 4 Supplementing Contract Documents D.2 9 Suppliers, definition of A.37 4 Surety, consent to payment O.11 57 Surety, Engineer's Duties J.10.a 37 Surety, Notice of changes K.5 38 Surety, Qualification of F.1 14 Suspending Work, by City of Fayetteville P.l.a 59 Suspension of work and Termination P 59 Superintendent, Contractor's G.1.b 23 Supervision and Superintendent G.1 23 I I Li I I Taxes G.9 28 Termination, by Contractor P.3 62 Termination, by City of Fayetteville P.2 60 Termination, Suspension of Work P 59 Tests and Observations N.3 47 Time, Change of Contract M 45 Time, Computation of T.2 66 Time, Contract, definition of A. 11 2 Titles and Headings D.5 11 Unavoidable Delays M.2.b 46 Uncovering Work N.4 48 Underground Facilities, definition of A.38 4 Underground Facilities, Not Indicated E.3.b 13 Underground Facilities, Protection of E.3.a.(2),G.12 13, 29 Underground Facilities, Indicated E.3.a 13 Unforseen Physical Conditions E.3 13 Unit Price Work, definition of A.39 4 Unit Price Work, general L.7,O.1,O.3,O.7.c 44, 51, 52, 54 Unit Prices L.3.a, O.3 39, 52 Unit Prices, Adjustment of L.5.b 43 Use of Premises G.10 28 Utility Owners G.7,G.12.a.(3),H.1(b) 31, 30, 35 Values, Schedule of O.1 51 Variations in Work, Authorized G.13,G.14.b,J.5 30, 31, 35 Visits to Site - by Engineer J.2 35 I Page Paragraph Number Number Waiver of Claims, on Final Payment O.14 59 Waiver of Rights F.6 22 Waivers of Subrogation F.4.h 21 Warranty and Guarantee N. l 47 Warranty of Title, Contractor's O.6 53 Work, Access to N.2 47 Work by Others H 33 Work, Cost -of- L.4 39 Work, Continuing During Disputes G.15 32 Work, definition of A.40 4 Work Directive Change, definition of A.41 4 Work Directive Change D.2.a.(3) 9 Work, Neglected by Contractor N.9 50 Work, Stopping by Contractor P.3 62 Work, Stopping by City of Fayetteville P.1, P.2 59,60 Written Amendment, definition of A.42 5 Written Amendment D.2,K.1,L.1,M.1 973813%45 ix I I GENERAL CONDITIONS ' A. Definitions Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1. Addenda - Written or graphic instruments issued prior to the opening of Bids which ' clarify, correct or change the Bidding Documents or the Contract Documents. 2. Agreement - The written agreement between City of Fayetteville and Contractor ' covering the work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 3. "As directed", "as permitted", "reviewed", or words of similar import mean the • direction, requirements, or permission of the Engineer, unless stated otherwise. 4. "As shown", "as indicated", "as detailed", or words of similar import refer to the Contract Drawings unless stated otherwise. ' 5. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 6. Bidder - Any person, partnership, corporation, association, or affiliation submitting a bid for the work. ' 7. Bonds - Bid, performance, and labor and material bonds and other instruments of security. 8. Change Order - A document recommended by the Engineer, which is signed by the Contractor and the City of Fayetteville authorizing an addition, deletion or revision ' in the work, or an adjustment in the contract price or the contract time, issued on or after the 9. Contract Documents - The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached ' as an exhibit to the Agreement, the Bonds, these General Conditions, Conditions of Contract, the Specifications, the Plans and/or Drawings as the same are more specifically identified in the Agreement, together with all amendments, ' modifications, and supplements issued on or after the execution of the Agreement. I I General Conditions City of Fayetteville Sanitary Sewer Improvements C 10. Contract Price - The moneys payable by the City of Fayetteville to the Contractor under the Contract Documents as stated in the Agreement. 11. Contract Time - The number of days (computed as provided in paragraph T.2) or the ' date stated in the Agreement for the completion of the work. 12. Contractor - The person, firm or corporation with whom the City of Fayetteville has , entered into the Agreement. 13. Day - A calendar day of twenty-four hours measured from ' midnight to the next midnight. 14. Defective - An adjective which when modifying the word work refers to work that is ' faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any observation, reference standards test or review referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by City of Fayetteville at Substantial Completion). 15. Drawings and/or Plans - The drawings and/or plans which show the character and scope of the work to be performed and which have been prepared or reviewed by the Engineer and are referred to in the Contract Documents. 16. Effective date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 17. Engineer - The firm of RJN Group, Inc., Consulting Engineers, Dallas, Texas, acting through its authorized representatives. 18. Field Order - A written order issued by the Engineer which orders minor changes in the work in accordance with paragraph J.5 but which does not involve a change in the contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment estimate. 20. General Requirements - Sections of the Specifications. 21. Construction Observer - The authorized representative of the Engineer who is , assigned to the site or any part thereof. 22. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. General Conditions 2 , City of Fayetteville Sanitary Sewer Improvements I I ' 23. Notice of Award - The written notice by the City of Fayetteville to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder I with the conditions precedent enumerated therein, within the time specified, City of Fayetteville will sign and deliver the Agreement. 24. Notice to Proceed - A written notice given by the City of Fayetteville to the Contractor (with a copy to Engineer) fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligation under ' the Contract Documents. 25. Owner - The public body or authority, corporation, association, partnership, or ' individual with whom the Contractor has entered into the Agreement and for whom the work is to be provided. ' 26. Partial Utilization - Placing a portion of the Work to be provided under the Contract Documents into the service for which it was intended, for the benefit of the City of Fayetteville. ' 27. Payment Request - The form reviewed by the Engineer which is to be used by the Contractor in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. 28. Project - The total construction of which the work to be provided under the Contract ' Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. ' 29. Provide - means "furnish and install". 30. Resident Project Representative - the authorized representative of the Engineer who is assigned to the site or any part thereof. 31. Resident Engineer - The authorized representative of the Engineer who is assigned to the overall project and may have engineering personnel responsibility. ' 32. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by the Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the work. 33. Specifications - Those portions of the Contract Documents consisting of written ' technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the work and certain administrative details applicable thereto. ' 3 General Conditions ' City of Fayetteville Sanitary Sewer Improvements 34. Subcontractor - An individual, firm or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the work at the site. 35. Substantial Completion - A time at which the work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive Statement of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such statement issued, when final payment is due in accordance with paragraph O.8. The terms "substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. 36. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. 37. Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor. 38. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, ' vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials; electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. , 39. Unit Price Work - Work to be paid for on the basis of unit prices. 40. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 41. Work Directive Change - A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by the City of Fayetteville and recommended by the Engineer, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph E.2 or E.3 or to emergencies under paragraph G.13. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in paragraph L and M. Li General Conditions 4 ' City of Fayetteville Sanitary Sewer Improvements I 42. Written Amendment - A written amendment of the Contract Documents, signed by City of Fayetteville and Contractor on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. B. Contract Documents: Definitions 1. General The Contract Documents comprise the following general classifications of documents, including all additions, deletions, and modifications incorporated therein before the execution of the Agreement: Bidding Documents Contractual Documents Conditions of the Contract Specifications Drawings and/or Plans 2. Bidding Documents The Bidding Documents issued by the City of Fayetteville to assist Bidders in preparing their Bids include: a. Invitation to Bid bound herewith. b. Instructions to Bidders bound herewith. c. The Bid which is the offer of a Bidder to perform the work described in the Contract Documents, made out and submitted on the prescribed Bid form bound herewith, properly signed and guaranteed. d. Any Addenda issued during the time of Bidding, or forming a part of the Contract Documents used by the Bidder for the preparation of his Bid, shall be covered in the Bid, and shall be made a part of the contract. Receipt of each Addendum shall be acknowledged in the Bid. 1 J 5 General Conditions City of Fayetteville Sanitary Sewer Improvements I 3. Contractual Documents a. Agreement The Agreement covers the performance of the work described in the Contract Documents, including all supplemental Addenda thereto and all general and special provisions pertaining to the work or materials therefor. The Agreement form is bound herewith. b. Bonds (1) Arkansas Statutory Performance and Payment Bond. 4. Conditions of the Contract a. General Conditions of the Contract bound herewith and of which this paragraph is a part. b. Supplementary Conditions of this Contract bound herewith. c. Federal/State laws and regulations applicable to this Contract and bound herewith. d. Wage requirements applicable to this Contract and bound herewith. ' 5. Specifications and Drawings a. Contract Specifications bound herewith, which are listed in the table of contents for these Contract Documents. b. Contract Drawings including but not limited to those listed in the drawing index of the Contract Drawings. C. Preliminary Matters 1. Delivery of Bonds When Contractor delivers the executed Agreements to City of Fayetteville, Contractor shall also deliver to City of Fayetteville such Bonds as Contractor may be required to furnish in accordance with paragraph F. 1. 1 I General Conditions 6 City of Fayetteville Sanitary Sewer Improvements , I ' 2. Copies of Documents City of Fayetteville shall furnish to Contractor up to five copies (unless otherwise specified) of the Contract Documents. Additional copies will be furnished, upon request, at the cost of reproduction. ' 3. Commencement of Contract Time; Notice to Proceed ' The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed shall be given contingent to the receiving ' and approval of the Construction Schedule which is to be submitted at or before the Pre -Construction Conference. 4. Starting the Project a. Contractor shall start to perform the work within ten (10) calendar days from ' the date when the Contract Time commences to run, but nothing shall be done at the site prior to the date on which the Contract Time commences to run. H I I I IH I I I I I b. The Contractor shall notify the City of Fayetteville in writing 48 hours before starting at the site or his intentions to do so. In case of a temporary suspension of work, he shall give reasonable notice before resuming work. Before Starting Construction a. Before undertaking each part of the work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to City of Fayetteville or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents, unless the Contractor had actual knowledge thereof or should reasonably have known thereof. b. On or before the Pre -Construction Conference (Unless otherwise specified), Contractor shall submit to Engineer for review: (1) An estimated progress schedule indicating the starting and completion dates of the various stages of the Work as set forth in Division I of these Contract Documents. (2) A preliminary schedule of Shop Drawing submissions. General Conditions City of Fayetteville Sanitary Sewer Improvements I (3) A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. , c. Before a Notice to Proceed will be issued, the Contractor shall deliver to the ' City of Fayetteville, with a copy to the Engineer, certificates (and other evidence of insurance requested by City of Fayetteville) of insurance which the Contractor is required to purchase and maintain. d. Before beginning work in each Basin or Mini System, Contractor shall complete and furnish the Surface Video Documentation to the Engineer for approval. The Contractor may begin work in the respective area upon authorization from the Engineer in writing. 6. Pre -Construction Conference I Within ten (10) days after the effective date of the Agreement, but before Contractor starts the work at the site, a conference will be held for review of the schedules referred to in paragraph C.5.b, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the work. 7. Finalizing Schedules ' a. At least ten (10) days before submission of the first Application for Payment a conference attended by Contractor, Engineer and others as appropriate will be ' held to finalize the schedules submitted in accordance with paragraph C.5.b. The finalized progress schedule will provide an orderly progression of the work to completion within the Contract Time, but review by the Engineer will neither impose on Engineer responsibility for the progress or scheduling of the work nor relieve Contractor from full responsibility therefore. The finalized ' schedule of Shop Drawing submissions will provide a workable arrangement for processing the submissions. The finalized schedule of values will be reviewed by the Engineer as to form and substance. D. Contract Documents: Intent and Reuse Intent ' a. The Contract Documents comprise the entire Agreement between City of Fayetteville and Contractor concerning the work. The Contract Documents will be construed in accordance with the law of the place of the Project. General Conditions City of Fayetteville Sanitary Sewer Improvements 11 F I I I I I H H J I J H I I 2. b. It is the intent of the Specifications and Drawings to describe a complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well- known technical or trade meaning arc used to describe work, materials or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of City of Fayetteville, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. Clarifications and interpretations of the Contract Documents shall be issued by Engineer. If, during the performance of the work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the work affected thereby shall obtain a written interpretation or clarification from Engineer; however, Contractor shall not be liable to City of Fayetteville or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: (1) A formal written amendment. (2) A Change Order (pursuant to paragraph K.4). (3) A work directive change (pursuant to paragraph K. 1). Contract Price and Contract Time may only be changed by a Change Order or a written amendment as indicated in paragraphs L.2 and M.l. 9 General Conditions City of Fayetteville I Sanitary Sewer Improvements I b. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the work may be authorized by: (1) Field Order (pursuant to paragraph J.5). (2) Engineer's review of a Shop Drawing or sample (pursuant to paragraphs G.14.b.(1) or G.14.d). (3) or Engineer's written interpretation or clarification (pursuant to paragraph J.4). I I I 3. Reuse of Documents I Neither Contractor nor any Subcontractor, or Supplier or other person or organization performing or furnishing any of the work under a direct or indirect contract with City of Fayetteville shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of City of Fayetteville and Engineer and specific written verification or adaptation by Engineer. 4. Discrepancies and Omissions a. Should anything which is necessary for a clear understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. I d I b. In resolving inconsistencies among two or more sections of the Contract , Documents, precedence shall be given in the following order: First Agreement ' Second Laws and Regulations Third Supplementary Conditions Fourth General Conditions Fifth Specifications Sixth Contract Drawings c. Figured dimensions on Plans shall take precedence over scale dimensions. Detailed Plans in the Documents shall take precedence over general Plans. General Conditions 10 City of Fayetteville Sanitary Sewer Improvements I I I ' 5. Titles and Headings a. The titles and headings printed on the Contract Drawings, in the General Conditions, in the Contract Specifications, and elsewhere in the Contract Documents are inserted for convenience and reference only, and shall not be taken or considered as having any bearing on the interpretation thereof. ' b. Separation of the Contract Specifications into Divisions and Sections shall not operate to make the Engineer an arbiter to establish limits of work between the Contractor and Subcontractors, or between trades. E. Availability of Lands: Physical Conditions: Reference Points 1. Availability of Lands City of Fayetteville shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights -of -way for access thereto, and such ' other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by City of Fayetteville, unless otherwise provided in the Contract Documents. If ' Contractor believes that any delay in City of Fayetteville's furnishing these lands, rights -of -way or casements entitles Contractor to an extension of the Contract Time, Contractor may make a claim thereof as provided in Paragraph M. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. ' 2. Physical Conditions a. Explorations and Reports ' Reference is made to the Instructions to Bidders for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained ' therein or for the completeness thereof for Contractor's purposes. Except as indicated in the immediately preceding sentence and in paragraph E.2.f, ' Contractor shall have full responsibility with respect to subsurface conditions at the site. ' b. Existing Structures Reference is made to the Instructions to Bidders for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph E.3) which are at or contiguous to the site that have been utilized by 11 General Conditions City of Fayetteville Sanitary Sewer Improvements Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for Contractor's purposes. Except as indicated in the immediately preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to physical conditions in or relating to such structures. I I c. Report of Differing Conditions ' If Contractor believes that any technical data on which Contractor is entitled to rely as provided in paragraphs E.2.a and E.2.b is inaccurate, or any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith (except in an emergency as permitted by paragraph G. 13), notify City of Fayetteville and Engineer in writing about the inaccuracy or difference. I I I d. Engineer's Review ' Engineer will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise City of Fayetteville in writing (with a copy to Contractor) of Engineer's findings and conclusions. e. Possible Document Change If Engineer concludes that there is a material error in the Contract Documents or that because of newly discovered conditions a change in the Contract Documents is required, a Work Directive Change or a Change Order will be issued as provided in Paragraph K to reflect and document the consequences of the inaccuracy or difference. f. Possible Price and Time Adjustments In each such case, an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, or any combination thereof, will be allowable to the extent that they are attributable to any such inaccuracy or difference. If City of Fayetteville and Contractor are unable to agree as to the amount or length thereof, a claim may be made therefore as provided in Paragraph L and M. General Conditions 12 City of Fayetteville Sanitary Sewer Improvements I I I I I I I Li I ' 3. Physical Conditions - Underground Facilities a. Shown or Indicated ' The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to City of Fayetteville or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise ' expressly provided in the Supplementary Conditions: (1) City of Fayetteville and Engineer shall not be responsible for the ' accuracy or completeness of any such information or data; and, (2) Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such underground facilities during construction, for safety and protection thereof and repairing any damage thereto resulting from the work, the cost of all of which will be considered as having been included in the contract price. b. Not Shown or Indicated If an underground facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor ' shall, promptly after becoming aware thereof and before performing any work affected thereby (except in an emergency as permitted by paragraph G. 13), identify the owner of such underground facility and give written notice thereof to that owner and to City of Fayetteville and Engineer. Engineer will promptly review the underground facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of ' the existence of the underground facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such underground facility as provided in paragraphs G.12.a and G.I2.b. Contractor shall be allowed an increase in the Contract Price or an extension of the ' Contract Time, or both, to the extent that they are attributable to the existence of any underground facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to ' be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefore as provided in Paragraphs L and M. 'I I 13 General Conditions City of Fayetteville Sanitary Sewer Improvements I 4. Reference Points ' City of Fayetteville shall provide engineering surveys for construction to establish reference points which in his judgment are necessary to enable Contractor to proceed I with the work (unless otherwise specified), Contractor shall be responsible for laying out the work shall protect and preserve the established reference points, and shall make no changes or relocations without the prior written approval of City of Fayetteville. Contractor shall report to Engineer whenever any reference point is lost, destroyed, or requires relocation because of necessary changes in grades or ' locations, and shall be responsible for replacement or relocation of such reference points by professionally qualified personnel. F. Bonds and Insurance 1. Performance and Other Bonds The Contractor shall, at the time he executes the Agreement, furnish bonds payable to the City of Fayetteville in the form set forth herein, secured by a surety company acceptable to the City of Fayetteville, as follows: a. Arkansas Statutory Performance and Payment Bond in an amount equal to 100 percent of the total contract price conditioned upon the faithful performance of all covenants and stipulations under the contract and holding good for a period of two years after the date when final payment becomes due, except as otherwise provided by law or regulation or by the Contract Documents to protect the City of Fayetteville against the results of defective materials, workmanship, and equipment during that time. b. It is the responsibility of the Contractor to notify all surety companies and other signers of any of the bonds listed above, to familiarize themselves with all of the conditions and provisions of this Contract. All surety companies and other signers shall waive their right of notification by the City of Fayetteville of any ' change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the City of Fayetteville or its authorized employees or agents under the terms of this Contract. The waiver by the surety companies and other signers shall in no way relieve the surety companies and other signers of their obligations under this Contract. c. If the Surety on any Bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements herein, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to City of Fayetteville. General Conditions 14 City of Fayetteville Sanitary Sewer Improvements ' I I I I I I I I I I I L I I I I H I 2. d. All Bonds shall be in the forms prescribed by law or regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Contractor's Liability Insurance a. The Contractor shall obtain, purchase, and maintain throughout the duration of the contract, including all excepted time extensions, all insurance coverages described below. The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, such insurance as will protect the contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) claims under workers' or workmens' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (2) claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; (3) claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; (4) claims for damages insured by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor, or (2) by another person; (5) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; (6) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of any motor vehicle; and (7) claims involving contractual liability insurance applicable to the Contractor's obligations under Paragraph G. 16. 15 General Conditions City of Fayetteville Sanitary Sewer Improvements I b. The insurance required by Subparagraph F.2.a shall be written for not less than limits of liability specified in the Contract Documents, Supplemental Conditions, or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from date of commencement of the work until date of final payment and termination of any coverage required to be maintained after final payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. Such insurance shall be written to include the following coverages and for not less than the following minimum limits or greater if required by law: (1) Worker's Compensation, Occupational Disease and Employer's Liability Insurance: (a) State: Arkansas - Statutory limits. (b) Applicable Federal (if any) - Statutory limits. (c) Employer's Liability - if applicable in state Bodily Injury by Accident - $500,000 each accident Bodily Injury by Disease - $500,000 each employee Bodily Injury by Disease - $500,000 each policy limit (2) Commercial General Liability Insurance including as minimum coverages: Premises - Operations Liability Independent Contractor's Protective Liability Products and Completed Operations Liability Broad Form Property Damage Endorsement Blanket Contractual Personal Injury, with Employment Exclusion deleted (a) Special Requirements: Property Damage Liability Insurance will provide "X, C, and U" (Explosion, collapse and underground hazard) coverage as applicable. ii. Products and Completed Operations to be maintained for (2)* years after final payment. General Conditions 16 City of Fayetteville Sanitary Sewer Improvements I I I I I D I I I I I I I I I I I I I I I I I I I I I LI I iii. The City of Fayetteville, Engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial general liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 $1,000,000 $1,000,000 (3) Automobile Liability Insurance: (a) Special Requirements: (4) General Aggregate Products/Completed Operations Aggregate Personal and Advertising Injury All owned, hired, and nonowncd vehicles including the loading or unloading thereof. ii. The City of Fayetteville, Engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial automobile liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. City of Fayetteville's and Contractor's Protective Liability Insurance: The Contractor will furnish and maintain this separate policy during the entire period of construction an City of Fayetteville's Protective Liability Policy written in the name of the City of Fayetteville, engineer, and engineer's consultants, with the following limits of liability: 17 General Conditions City of Fayetteville I Sanitary Sewer Improvements II Limits of Liability $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate (5) Umbrella/Excess Liability Insurance: Limits of Liability $5,000,000 Each Occurrence (minimum) $5,000,000 Aggregate (minimum) c. Certificates of Insurance for the above coverages and the City of Fayetteville's Protective Policy shall be submitted to the Engineer for transmittal to the City of Fayetteville for his approval prior to the start of construction. The Contractor shall certify to the City of Fayetteville that he has obtained or will obtain similar certificates of insurance from each of his Subcontractors before their work commences. Each Subcontractor must be covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and City of Fayetteville agree that a reduced coverage is adequate. Each subcontractor's insurance shall cover the City of Fayetteville, Engineer, their agents and employees. The Contractor shall submit a statement with each monthly affidavit stating that he has obtained certificates of insurance, or other satisfactory evidence, that all required insurance is in force for each of the Subcontractors listed on his affidavit. If the "additional insureds" have other insurance which is applicable to the loss, it shall be on an excess or contingent basis. The amount of the company's liability under this policy shall not be reduced by the existence of such other insurance. Contractors certificates shall be in duplicate on standard Acord forms. Certificate of insurance shall contain a statement therein or a rider attached thereto incorporating the indemnity clause stated in Paragraph G. 16 (Indemnification) of the General Conditions, and including the changes and additions made in those subparagraphs or within the Supplemental General Conditions. These Certificates and the insurance policies required by this Paragraph F.2 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the City of Fayetteville and Engineer. If any of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such General Conditions 18 City of Fayetteville Sanitary Sewer Improvements I L I I I I J I I I I I I ' coverage shall be submitted with the final Application for Payment. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's ' information and belief. The obligations of the Contractor under the provisions of this article shall not ' extend to the liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, or (2) the giving of or the failure to ' give directions or instructions by the Engineer, his agents or employees to the extent that such giving or failure to give is the cause of the injury or damage. ' 3. City of Fayetteville's Liability Insurance I a. The City of Fayetteville shall be responsible for purchasing and maintaining the City of Fayetteville's usual liability insurance. Optionally, the City of Fayetteville may purchase and maintain other insurance for self-protection ' against claims which may arise from operations under the Contract. The Contractor shall not be responsible for purchasing and maintaining this optional City of Fayetteville's liability insurance unless specifically required by the Contract Documents. 4. Property Insurance a. Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such ' property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made as ' provided in Paragraph 0.12 or until no person or entity other than the City of Fayetteville has an insurable interest in the property required by this Paragraph F.3 to be covered, whichever is earlier. This insurance shall include interests of the City of Fayetteville, Engineer, the Contractor, Subcontractors and Sub - subcontractors in the Work. Property insurance shall be on all-risk policy form and shall insure against the perils of fire and flood and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious ' mischief, collapse, false -work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Engineer's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required unless otherwise provided in the Contract Documents. ' 19 General Conditions City of Fayetteville Sanitary Sewer Improvements I Property Insurance provided by Contractor shall not cover any tools, apparatus, machinery, scaffolding, hoists, forms, staging, shoring and other similar items commonly referred to as construction equipment, which may be on the site and the capital value of which is not included in the Work. The Contractor shall make his own arrangements for any insurance he may require on such construction equipment. If the Contractor does not intend to purchase such property insurance required by the Contract and with all of the coverages in the amount described above, the Contractor shall so inform the City of Fayetteville in writing prior to commencement of the Work. The City of Fayetteville may then effect insurance which will protect the interests of the City of Fayetteville, Contractor, Subcontractors and Sub -subcontractors in the Work, and by appropriate Change Order the cost thereof shall be charged to the Contractor. If the City of Fayetteville is damaged by the failure or neglect of the Contractor to purchase or maintain insurance as described above, without so notifying the City of Fayetteville, the Contractor shall bear all reasonable costs properly attributable thereto. If the property insurance required minimum deductibles and such deductibles are identified in the Contract Documents, the Contractor shall pay costs not covered because of such deductibles. If the City of Fayetteville or insurer increases the required minimum deductibles above the amounts so identified or if the City of Fayetteville elects to purchase this insurance with voluntary deductible amounts, the City of Fayetteville shall be responsible for payment of the additional costs not covered because of such increased or voluntary deductibles. If deductibles are not identified in the Contract Documents, the Contractor shall pay costs not covered because of deductibles. The property insurance for the Work requires a maximum deductible of: $10,000 per claim. b. Partial Utilization - Property Insurance If City of Fayetteville finds it necessary to occupy or use a portion or portions of the work prior to substantial completion of all the work, such use or occupancy may be accomplished in accordance with the provision for partial utilization; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. General Conditions 20 City of Fayetteville Sanitary Sewer Improvements I I I I D I I I I I I I U I I C] Li ' c. Boiler and Machinery Insurance The Contractor shall purchase and maintain boiler and machinery insurance ' required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance or unless agreed otherwise by the City of Fayetteville; this insurance shall include ' interests of the City of Fayetteville, Contractor, Subcontractors and Sub -subcontractors in the Work, and the City of Fayetteville and Contractor shall be named insureds. ' d. Loss of Use Insurance The City of Fayetteville, at the City of Fayetteville's option, may purchase and maintain such insurance as will insure the City of Fayetteville against loss of use of the City of Fayetteville's property due to fire or other hazards, however caused. e. If the City of Fayetteville requests in writing that insurance for risks other than ' those described herein or for other special hazards be included in the property insurance policy, the Contractor shall, if possible, include such insurance, and the cost thereof shall be charged to the City of Fayetteville by appropriate ' Change Order. f If during the Project construction period the City of Fayetteville insures ' properties, real or personal or both, adjoining or adjacent to the site by property insurance under policies separate form those insuring the Project, or if after final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the City of Fayetteville shall waive all right in accordance with the terms of Subparagraph F.4.h for damages caused by fire or other perils covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. ' g. Before an exposure to loss may occur, the Contractor shall file with the City of Fayetteville a copy of each policy that includes insurance coverages required by the Paragraph F.4. Each policy shall contain all generally applicable conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire until at least 30 days prior written notice has been given to the City of Fayetteville. h. Waivers of Subrogation If permitted by the City of Fayetteville's and Contractor's insurance companies, without penalties, the City of Fayetteville and Contractor waive all rights against (1) each other and any of their Subcontractor, Sub -subcontractors, agents and employees, each of the other, and (2) the Engineer, Engineer's consultants, separate contractors if any, and any of their Subcontractors, Sub- ' 21 General Conditions City of Fayetteville ' Sanitary Sewer Improvements I subcontractors, agents and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this Paragraph F.4 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the City of Fayetteville as fiduciary. The City of Fayetteville or Contractor, as appropriate, shall require of the Engineer, Engineer's consultants, separate contractors if any, and the Subcontractors, Sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. 5. Miscellaneous Requirements a. All insurance coverage shall be provided by insurance companies having policy holder ratings no lower than "A" and financial ratings not lower than "XII" in the Best's Insurance Guide, latest edition in effect as of the date of the Contract. b. The Contractor is responsible for determining that Subcontractors are adequately insured against claims arising out of or relating to the Work. The premium cost and charges for such insurance shall be paid by each Subcontractor. c. The limits of liability as stated, may be arrived at using a Split -Limit or a Combined Single Limit basis. However, the total limit of liability shall not be less than that stated in the requirements. 6. Notification of Insurance Companies It is the responsibility of the Contractor to notify all insurance companies to familiarize themselves with all of the conditions and provisions of this Contract. The insurance companies shall waive their right of notification by the City of Fayetteville of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the City of Fayetteville or its authorized employees or agents under the terms of this Contract. The waiver by the insurance companies shall in no way relieve the insurance companies of their obligations under this Contract. Subcontractor Bond I The Contractor must secure from listed subcontractors a payment and performance bond if subcontractor bid is in excess of fifty thousand dollars ($50,000); and for other purposes as prescribed in Arkansas Senate Bill, Act 190 as enacted 1/28/93. General Conditions 22 City of Fayetteville Sanitary Sewer Improvements , I G. Contractor's Responsibilities 1. Supervision and Superintendent ' a. Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may ' be necessary to perform the work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, ' sequences and procedures of construction, but Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. b. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to ' City of Fayetteville and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. c. During the performance of this Contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of the foreman or superintendent authorized to receive drawings, instructions, or other communications, articles, or things from the City of Fayetteville or its agents; and any such thing given to the said foreman or superintendent or delivered to the Contractor's office at the site of the work in his absence shall be deemed to have been given to the Contractor. The Contractor shall have a telephone installed in this office. ' 2. Labor, Materials and Equipment a. Contractor shall provide competent, suitably qualified personnel to survey and ' lay out the work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons, or the work, or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of work on Saturday, Sunday or any legal holiday without City of Fayetteville's written consent given after prior written notice to Engineer. Regular working hours shall be a consecutive eight hour period between the hours of seven o'clock A.M. and six o'clock P.M., Monday through Friday. 23 General Conditions City of Fayetteville Sanitary Sewer Improvements I b. Unless otherwise specified in the General Requirements, Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the work. c. All materials and equipment shall be of good quality and new, except as ' otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish evidence (including reports or required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.10.d. 3. Adjusting Progress Schedule I Contractor shall submit to Engineer for review (to the extent indicated in paragraph C.7) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 4. Substitute or "Or -Equal" Items a. Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name or a proprietary item of the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words ' indicating that no substitution is permitted, materials or equipment of other Suppliers may be reviewed by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment , proposed is equivalent to that named. The procedure for review by Engineer will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be reviewed by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make written application to Engineer for review thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state that the evaluation and review of the proposed substitute will not prejudice Contractor's General Conditions 24 1 City of Fayetteville Sanitary Sewer Improvements , I achievement of Substantial Completion on time, whether or not review of the substitute for use in the work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City of ' Fayetteville for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in ' connection with the work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service ' will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly for use of such substitute, including costs or redesign and claims of other contractors affected by the resulting ' change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engineer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered or installed unless Engineer has agreed to the use of the substitute in writing. City of Fayetteville may require Contractor to furnish at Contractor's expense a special performance guarantee ' or other surety with respect to any substitute. Contractor will not be entitled to a change in Contract Time and/or Contract Price for any additional expenses associated with providing substitutions or "or -equal" items. b. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction to be reviewed by the Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is ' equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in paragraph G.4.a as applied by Engineer and as may be supplemented in the General 'Requirements. IC. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered, as evidenced by either a Change Order or an approved Shop Drawing. City of Fayetteville may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Engineer will record time required by Engineer and Engineer's ' consultants in evaluating substitutions proposed by Contractor and in making changes in the Contract Documents occasioned thereby. Whether or not Engineer reviews a proposed substitute, Contractor shall reimburse City of Fayetteville for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. I [1 25 General Conditions City of Fayetteville LJ Sanitary Sewer Improvements I 5. Concerning Subcontractors, Suppliers and Others I a. Contractor shall not employ any Subcontractor, Supplier or other person, or organization (including those reviewed by the City of Fayetteville and Engineer as indicated in paragraph G.5.b), whether initially or as a substitute, against whom City of Fayetteville or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. b. If the Specifications require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to City of Fayetteville in advance of the specified date prior to the Effective Date of the Agreement for review by City of Fayetteville and Engineer and if Contractor has submitted a list thereof in accordance with the Specifications, City of Fayetteville's or Engineer's review (either in writing or by failing to make written objection thereto by the date indicated for review or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit a substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No review by City of Fayetteville or Engineer of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of City of Fayetteville or Engineer to reject defective work. c. If the Bid requires the listing of Suppliers for certain equipment items, the Contractor will be required to provide a Supplier that conforms to the Specifications and performs adequately the functions and achieves the results called for by the general design. The Contractor will not be entitled to an increase in Contract Price or Contract Time if the listed Supplier does not conform to the Specifications. The Engineer and City of Fayetteville will not accept or approve the listed Suppliers prior to the Effective Date of the Agreement. The Engineer's review of Suppliers shop drawings will determine general conformance to the Specifications and shall not constitute a waiver of any right of City of Fayetteville or Engineer to reject defective work. This paragraph waives the requirements in paragraph G.5.b. d. Contractor shall be fully responsible to City of Fayetteville and Engineer for all acts and omissions of the Subcontractor, Suppliers and other persons and organizations performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between City of Fayetteville or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of City of Fayetteville or Engineer to pay or General Conditions 26 City of Fayetteville Sanitary Sewer Improvements Li II I I I I Li I I I C1 I I I I I I I I I I I to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. e. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. f. All work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City of Fayetteville and Engineer and contains waiver provisions as required by paragraph F.6. Contractor shall pay each Subcontractor a just share of any insurance monies received by Contractor on account of losses under policies issued pursuant to paragraph F.2.d. ' 6. Patent Fees and Royalties I I I I I 1] Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the work, and if to the actual knowledge of City of Fayetteville or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others. The existence of such rights shall be disclosed by City of Fayetteville in the Contract Documents. Contractor shall indemnify and hold harmless the City of Fayetteville, Engineer, and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits Contractor shall obtain and pay for all construction permits and licenses unless otherwise stated. City of Fayetteville shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges ' and construction observation fees necessary for the prosecution of the work, which are applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. Contractor shall pay all charges of utility service companies ' for connections to the work, and City of Fayetteville shall pay all charges of such companies for capital costs related thereto such as plant investment fees. 11 h 27 General Conditions City of Fayetteville Sanitary Sewer Improvements I 8. Laws and Regulations ' a. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither City of Fayetteville nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. b. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph D.2. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. I I I I 1] 9. Taxes I Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 10. Use of Premises a. Contractor shall confine construction equipment, the storage of materials, and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment, or other materials, or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against City of Fayetteville or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold City of Fayetteville and Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against City of Fayetteville or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. General Conditions 28 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I ' b. During the progress of the work, Contractor shall keep the work site free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work Contractor shall remove all waste ' materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment, and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by City of Fayetteville. ' Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. C. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that will endanger it. I I. Record Documents IContractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive Changes, Field Orders and written interpretations and clarifications (issued pursuant to paragraph J.4) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, samples and Shop ' Drawings will be delivered to Engineer for City of Fayetteville. 12. Safety and Protection ' a. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Contractor shall ' take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: (1) All employees on the work site and other persons who may be affected thereby. ' (2) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site. ' (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation, or replacement in the course of construction. b. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify 29 General Conditions City of Fayetteville Sanitary Sewer Improvements [_1 owners of adjacent property, Underground Facilities, and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph G.12.a.(1) or G.12.a.(3) caused, directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them maybe liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of City of Fayetteville or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to City of Fayetteville and Contractor in accordance with paragraph O.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). c. Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City of Fayetteville. 13. Emergencies In emergencies affecting the safety or protection of persons, the work, or property at the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or City of Fayetteville, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. I I [I I I I [1 L. J I I 14. Shop Drawings and Samples ' a. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review, in accordance with the Special Conditions section of this specification, submissions which will bear a stamp or specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information as required. General Conditions 30 City of Fayetteville Sanitary Sewer Improvements I PH [] I J II [] I H I L] I [1 [] I I b. Contractor shall also submit to Engineer for review with such promptness as to cause no delay in work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. (1) Before submission of each Shop Drawing or sample Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. (2) At the time of each submission, Contractor shall, in writing, call Engineer's attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to Engineer for review and approval of each such variation. c. Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate compliance of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission as required by paragraph G.I4.b.(2) and Engineer has given written review of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval; nor will any review by Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph G. I4.b.(I ). 31 General Conditions City of Fayetteville I Sanitary Sewer Improvements e. Where a Shop Drawing or sample is required by the Specifications, any related Work performed prior to Engineer's review of the pertinent submission will be the sole expense and responsibility of Contractor. 15. Continuing the Work Contractor shall carry on the work and maintain the progress schedule during all disputes or disagreements with City of Fayetteville. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph P.3 or as Contractor and City of Fayetteville may otherwise agree in writing. 16. Indemnification (Hold Harmless Agreement) a. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City of Fayetteville and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. b. The foregoing Subparagraph shall, but not by way of limitation, specifically include all claims and judgements which may be made against the City of Fayetteville, Engineer, Engineer's consultants, and agents and employees of any of them under laws of other state or governmental body having jurisdiction; and further, against claims and judgements arising from violations of public ordinances and requirements of governing authorities due to the Contractor's or Subcontractor's method of execution of the work. c. In any and all claims against City of Fayetteville or Engineer or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation described hereinbefore shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any General Conditions 32 1 City of Fayetteville Sanitary Sewer Improvements I C Subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. d. The obligations of Contractor under paragraph G. 16 shall not extend to the liability of Engineer, Engineer's consultants, agents or employees arising out of the preparation or review of maps, drawings, opinions, reports, surveys, ' Change Orders, designs, or Specifications. ' H. Other Work I. Related Work at Site a. City of Fayetteville may perform other work related to the Project at the site by City of Fayetteville's own forces, have other work performed by utility owners ' or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefore as provided in paragraphs L and M. b. Contractor shall afford each utility owner and other contractor who is a party to ' such a direct contract (or City of Fayetteville, if City of Fayetteville is performing the additional work with City of Fayetteville's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or ' otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit ' of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between City of Fayetteville and such utility owners and other contractors. c. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or City of Fayetteville), Contractor shall inspect and promptly report to Engineer in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will ' constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparcnt defects and deficiencies in the other work. 33 General Conditions City of Fayetteville ' Sanitary Sewer Improvements I 2. Coordination ' If City of Fayetteville contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and ' responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither City of Fayetteville nor Engineer shall have any authority or responsibility in respect of such coordination. I. City of Fayetteville's Responsibilities 1. City of Fayetteville shall issue all communications to Contractor through Engineer. 2. In case of termination of the employment of Engineer, City of Fayetteville shall appoint an Engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment may be subject to arbitration. 3. City of Fayetteville shall furnish the data required of City of Fayetteville under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in paragraphs 0.2 and 0.7. 4. City of Fayetteville's will provide lands and easements and provide engineering surveys to establish reference points as set forth in paragraphs E. 1 and E.4. Paragraph E.2 refers to City of Fayetteville's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by Engineer in preparing the Drawings and Specifications. 5. City of Fayetteville's responsibilities in respect of purchasing property insurance is ' set forth in paragraph F.7. 6. City of Fayetteville is obligated to execute Change Orders as indicated in paragraph 1 K.4. 7. City of Fayetteville's responsibility in respect of certain observations, tests, and reviews is set forth in paragraph N.3.b. 8. In connection with City of Fayetteville's right to stop Work or suspend Work, see paragraphs N.5 and P.1. Paragraph P.2 deals with City of Fayetteville's right to terminate services of Contractor under certain circumstances. General Conditions 34 City of Fayetteville Sanitary Sewer Improvements ' I I I I I I I I I I Engineer's Status During Construction City of Fayetteville's Representative Engineer will be City of Fayetteville's representative during the construction period. The duties, responsibilities and the limitations of authority of Engineer as City of Fayetteville's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of City of Fayetteville and Engineer. 2. Visits to Site Engineer shall provide an on -site representative to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer's efforts will be directed toward providing for City of Fayetteville a greater degree of confidence that the completed work will conform to the Contract Documents. On the basis of such visits and on - site observations as an experienced and qualified design professional, Engineer will keep City of Fayetteville informed of the progress of the Work and will endeavor to guard City of Fayetteville against defects and deficiencies in the Work. 3. Project Representative Engineer will furnish a Resident Project Representative to assist Engineer in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be the same as the Engineer unless otherwise designated in the Supplementary Conditions. 4. Clarifications and Interpretations Engineer will issue with reasonable promptness such written clarifications or ' interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be ' consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and ' the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. ' 5. Authorized Variations in Work Engineer may authorize minor variations in the work from the requirements of the ' Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. 35 General Conditions City of Fayetteville Sanitary Sewer Improvements I These may be accomplished by a Field Order and will be binding on City of Fayetteville, and also on Contractor who shall perform the Work involved promptly. If Contractor believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the ' amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. 6. Rejecting Defective Work Engineer will have authority to reject Work which Engineer believes to be defective, and will also have authority to require special review, observation, or testing of the Work as provided in paragraph N.4.b, whether or not the Work is fabricated, installed or completed. 7. Shop Drawings, Change Orders, and Payments a. In connection with Engineer's responsibility for Shop Drawings and samples, see paragraphs G.14. b. In connection with Engineer's responsibilities as to Change Orders, see paragraphs K, L, and M. c. In connection with Engineer's responsibilities in respect of Applications for Payment, etc., see paragraph O. i 8. Determinations for Unit Prices Engineer will have authority to determine the actual quantities and classifications of , items of Unit Price Work performed by contractor, and the written decisions of Engineer on such matters will be final, binding on City of Fayetteville and Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). 9. Decisions on Disputes I a. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the work thereunder. Claims, disputes and other matters relating to the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under paragraphs L and M in respect of changes in the Contract Price or Contract Time will be referred initially to Engineer in writing with a request for a formal decision in accordance with this paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the event giving rise thereto, and written supporting data will be submitted to Engineer and the other party General Conditions 36 City of Fayetteville Sanitary Sewer Improvements ' I within sixty (60) days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. 1 b. When functioning as interpreter and judge under paragraphs J.4 and J.9, Engineer will not show partiality to City of Fayetteville or Contractor and will ' not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to paragraphs J.4 and J.9 with respect to any such claim, dispute or other matter ' (except any which have been waived by the making or acceptance of final payment as provided in paragraph 0.14) will be a condition precedent to any exercise by City of Fayetteville or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. 10. Limitations on Engineer's Responsibilities a. Neither Engineer's authority to act under this paragraph I or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, Supplier, or any of their agents or employees or any other person performing any of the Work, or to any surety for any of them. ' b. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import arc used, or the adjectives "reasonable", "suitable", "proper" or adjectives of like effect or import are used to describe requirement, direction, review or judgment of Engineer as to the work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ' Engineer any duty to authority, to perform construction observation or direct performance of the Work or authority to undertake responsibility contrary to the provisions of paragraph 1.8.c or I.8.d. Ic. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. ' d. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor or ' Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 37 General Conditions City of Fayetteville Sanitary Sewer Improvements I K. Changes in Work , Without invalidating the Agreement and without notice to any surety, City of I Fayetteville may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically ' provided). 2. If City of Fayetteville and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in paragraph L or M. 3. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the , Contract Documents as amended, modified and supplemented as provided in paragraph D.2 except in the case of an emergency as provided in paragraph G.13 and except in the case of uncovering Work as provided in paragraph N.4.b. 4. City of Fayetteville and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: a. Changes in the Work which are ordered by City of Fayetteville pursuant to paragraph K. 1, are required because of defective Work under paragraph N. 8 or correcting defective Work under paragraph N.9, or are agreed to by the parties; b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and c. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to paragraph J.9. provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in paragraph G.15. 5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. General Conditions 38 City of Fayetteville Sanitary Sewer Improvements , I L. Changes in Contract Price II. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with paragraph J.9.a if City of Fayetteville and Contractor cannot otherwise agree on the amount involved. No 'claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph L.2. ' 3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: ' a. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved (subject to the provisions of paragraph L.7). b. By a mutually agreed lump sum (which may include an allowance for overhead ' and profit not necessarily in accordance with paragraph L.5.a.(2)(a)). c. On the basis of the Cost of the Work (determined as provided in paragraphs ' L.4.a and L.5.b) plus a Contractor's Fee for overhead and profit (determined as provided in paragraphs L.5.a and L.5.b). ' 4. Cost -of -Work a. The term Cost -of -Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by City of Fayetteville, such costs shall be in amounts no higher than those prevailing in the locality of the Project, ' shall include only the following items and shall not include any of the costs itemized in paragraph L.4.b: 39 General Conditions City of Fayetteville Sanitary Sewer Improvements I (1) Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City of Fayetteville and Contractor. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City of Fayetteville. I (2) Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and I Supplier's field services required in connection therewith. All cash discounts shall accrue to Contractor unless City of Fayetteville deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City of Fayetteville. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City of Fayetteville and Contractor shall make provisions so that they may be obtained. (3) Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by City of Fayetteville, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City of Fayetteville who will then determine, with the advice of Engineer, which bids may be accepted. If a Subcontract, provided that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. (4) Costs of special consultants (including, but not limited to, engineer, I architects, testing laboratories, surveyors, lawyers and accountants) employed for services specifically related to the Work. (5) Supplemental costs including the following: (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. General Conditions 40 i City of Fayetteville Sanitary Sewer Improvements I I I I I I (b) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed by City of Fayetteville with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. (d) Sales, consumer, use or similar taxes related to the work, and for ' which Contractor is liable, imposed by Laws and Regulations. I LJ I I I I I I I I (e) Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. (f) Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the execution of the work, provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and review of City of Fayetteville. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's Fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a proportionate fee to that stated in paragraph L.5.a.(2). (g) The cost of utilities, fuel and sanitary facilities at the site. (h) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 41 General Conditions City of Fayetteville ILI Sanitary Sewer Improvements Li (i) Cost of premiums for additional Bonds and insurance required because of changes in the Work. b. The term Cost -of -Work shall not include any of the following: (1) Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph L.4.a.(1) or specifically covered by paragraph L.4.a.(4) - all of which are to be considered administrative costs covered by the Contractor's Fee. (2) Expenses of Contractor's principal and branch offices other than Contractor's office at the site. I (3) Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. (4) Cost of premiums for all Bonds and for all insurance whether or not ' Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by paragraph L.4.a.(5)(i)). (5) Costs due to the negligence of Contractor, any Subcontractor, or anyone , directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. (6) Other overhead or general expense costs of any kind and the costs of ' any item not specifically and expressly included in paragraph L.4.a. 5. Contractor's Fee a. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: (1) A mutually agreed fixed fee; or if none can be agreed upon, (2) A fee based on the following percentages of the various portions of the , Cost of the Work: General Conditions 42 ' City of Fayetteville Sanitary Sewer Improvements I I I I I I (a) The Contractor's Fee shall be fifteen (15) percent for payroll costs and the cost of materials and equipment as defined in paragraphs L.4.a.(1) and L.4.a.(2); (b) The Contractor's Fee shall be five (5) percent on the work performed by Subcontractors as defined in paragraph L.4.a.(3); and if a Subcontract is on the basis of Cost -of -Work plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be fifteen (15) percent; (c) No fee shall be payable on costs defined in paragraphs L.4.a.(4), L.4.a.(5), and L.5 (costs associated with supplemental costs or special consultants); (d)'Be amount of credit to be allowed by Contractor to City of Fayetteville for any such change which results in a net decrease in cost, will be the amount of the actual net decrease plus a ' deduction in Contractor's Fee by an amount equal to ten (10) percent of the net decrease; and ' (e) When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with paragraphs L.5.a.(2)(a) ' through L.5.a.(2)(d), inclusive. b. Whenever the cost of any Work is to be determined pursuant to paragraph L.4, 1 Contractor will submit an itemized cost breakdown together with supporting data. ' 6. Cash Allowances: a. It is understood that Contractor has included in the Contract Price all ' allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be reviewed by the Engineer. ' Contractor agrees that: (1) The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all applicable taxes; and ' (2) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the 1 allowances. No demand for additional payment on account of any thereof will be valid. I I 43 General Conditions City of Fayetteville Sanitary Sewer Improvements b. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: a. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph J.B. b. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. c. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: (1) If the total cost of a particular item of Unit Price Work amounts to 115 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and (2) If there is no corresponding adjustment with respect to any other item of Work; and (3) If Contractor believes that it has incurred additional expense as a result thereof; or (4) If City of Fayetteville believes that the quantity variation entitles it to an adjustment in the unit price, either City of Fayetteville or Contractor may make a claim for a adjustment in the Contract Price in accordance with Paragraph L if the parties are unable to agree as to effect of any such variations in the quantity of Unit Price Work performed. General Conditions 44 City of Fayetteville Sanitary Sewer Improvements I I LI P1 I I I I I 11 I I I I I I I 8. Limits of Authority: a. The contractor shall note and abide by the following City of Fayetteville's and Engineer's limits of authority for changes in the Work which require a change in the Contract Price and Contract Time. Except in the case of extreme emergency to protect the public safety, public welfare or substantial Work, the following limits of authority to the City of Fayetteville and Engineer shall apply: ' Engineer's Representative - No authority Water/Sewer Maintenance Superintendent - $5,000.00 1 Public Works Director - $10,000.00 Mayor - $20,000.00 or any City Council pre -approved contingency. All accumulative changes which result in Contract Price changes in excess of $20,000.00 or any City Council pre -approved contingency shall require the ' formal approval of the Fayetteville City Council. M. Changes in Contract Time ' I. General ' a. The Contract'l'ime may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered by the party making the claim to the ' other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by Engineer in accordance with paragraph J.8 if City of Fayetteville and Contractor cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this ' paragraph M.1.a. b. The Contract Time may be extended in an amount equal to time lost due to ' delays (unavoidable delays) beyond the control of Contractor if a claim is made as provided in paragraph M.l.a. Such delays shall include, but not be limited to, acts or neglect by City of Fayetteville or others performing additional work ' as contemplated by paragraph H, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 45 General Conditions City of Fayetteville Sanitary Sewer Improvements I c. All time limits stated in the Contract Documents are of the essence of the Agreement. Provisions of this paragraph M.1 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. I I 2. Delays ' a. Avoidable Delays (1) Avoidable delays in the prosecution or completion of the Work shall include all delays which might have been avoided by the exercise of care, prudence, foresight, or diligence on the part of the Contractor. (2) Delays in the prosecution of parts of the Work which may in themselves be unavoidable but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified; reasonable loss of time resulting from the necessity of submitting drawings to the Engineer for approval and from the making of surveys, measurements, and observations; and such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other Contractors employed by the City of Fayetteville, which do not necessarily prevent the completion of the whole work within the time herein specified, will be deemed avoidable delays within the meaning of this Contract. b. Unavoidable Delays Unavoidable delays in the prosecution or completion of the Work under this Contract shall include all delays which may result through causes beyond the control of the Contractor and which he could not have provided against by the exercise of care, prudence, foresight, or diligence. Such delays shall include, but not be limited to, acts or neglect by City of Fayetteville or others performing additional work as contemplated by paragraph H or to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. Orders issued by the City of Fayetteville changing the amount of Work to be done, the quantity of material to be furnished, or the manner in which the Work is to be prosecuted; failure of the City of Fayetteville to provide rights -of- way; and unforeseen delays in the completion of the Work of other contractors under contract with the City of Fayetteville will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the Work. Delays due to adverse weather conditions will not be regarded as unavoidable delays as the Contractor should understand that such conditions are to be expected and plan his Work accordingly. General Conditions 46 City of Fayetteville Sanitary Sewer Improvements [1 I I I I I I [I I I I I I I 3. Extension of Time a. For Unavoidable Delays I [J I I IN I For delays which are unavoidable as provided in paragraph M.2.b, as determined by the City of Fayetteville, the Contractor will be allowed, if he applies for the same, an extension of time beyond the time specified for completion, proportionate to such unavoidable delay or delays, within which to complete the Contract. The Contractor will not be charged, because of any extension of time for such unavoidable delay, any liquidated damage and/or actual damages as provided in paragraph R. b. For Avoidable Delay (1) Extensions of time will not be granted because of avoidable delays. (2) Contractor will be charged liquidated damages or actual damages as provided in paragraph R for avoidable delays. Warranty and Guarantee: Tests and Observations, Correction. Removal, or Acceptance of Defective Work Warranty and Guarantee Contractor warranties and guarantees to City of Fayetteville and Engineer that all work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, ' whether or not in place, may be rejected, corrected or agreed to as provided in this paragraph N. ' 2. Access to Work Engineer and Engineer's representatives, other representatives of City of Fayetteville, testing agencies and governmental agencies with jurisdictional interests will have access to the work at reasonable times for observation and testing. Contractor shall provide proper and safe conditions for such access. 3. Tests and Observations ' a. Contractor shall give Engineer timely notice of readiness of the Work for all required observations, tests, or reviews. ' b. If Laws or Regulations of any public body having jurisdiction requires any Work (or part thereof) to specifically be observed or tested. Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer with the required certificates of inspection, testing, or approval. Contractor shall also be responsible for and shall pay all costs in 47 General Conditions City of Fayetteville Sanitary Sewer Improvements connection with any inspection or testing required in connection with City of Fayetteville's or Engineer's agreed to Supplier of materials or equipment proposed to be incorporated in the work, or of materials or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all observations, tests, and approvals in addition to the above which are required by the Contract Documents shall be paid by City of Fayetteville (unless otherwise specified). , c. All observations, tests, or reviews other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by ' organizations agreed to by City of Fayetteville and Contractor (or by Engineer if so specified). d. If any Work (including the work of others) that is to be observed or tested is covered without written concurrence of Engineer, it must, if requested by ' Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover such work and Engineer has not acted with , reasonable promptness in response to such notice. e. Neither observations by Engineer nor observations, tests, or reviews by others shall relieve Contractor from his obligations to perform the work in accordance with the Contract Documents. 4. Uncovering work ' a. If any work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. b. If Engineer considers it necessary or advisable that covered work be observed ' by Engineer or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and City of Fayetteville shall be entitled to an appropriated decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in paragraph L. If, however, such work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L and M. General Conditions 48 City of Fayetteville Sanitary Sewer Improvements I I 5. City of Fayetteville May Stop the Work If the work is defective, or Contractor fails to supply sufficient skilled workmen or ' suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, City of Fayetteville may order Contractor to stop the work, or any portion thereof, until the 1 cause for such order has been eliminated; however, this right of City of Fayetteville to stop the work shall not give rise to any duty on the part of the City of Fayetteville to exercise this right for the benefit of Contractor or any other party. 6. Correction or Removal of Defective Work a. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the site and replace it with suitable Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary ' thereby. b. If the Contractor fails to remove defective work within ten days after receipt of ' written notice, the rejected material or work may be removed by the City of Fayetteville and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of ' this Contract. No such rejected material shall again be offered for use by the Contractor under this Contract. 7. One Year Correction Period ' If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of ' the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to City of Fayetteville and in accordance with City of Fayetteville's written instructions, either correct such defective work, or, if it has been rejected by City of Fayetteville, remove it from the site and replace it with nondefective work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, City of Fayetteville may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item ' may start to run from an earlier date if so provided in the Specifications or by Written Amendment. I 49 General Conditions City of Fayetteville I Sanitary Sewer Improvements 8. Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective work, City of Fayetteville (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, City of Fayetteville may do so. Contractor shall bear all direct, indirect and consequential costs attributable to City of Fayetteville's evaluation of and determination to accept such defective Work (such costs to be reviewed by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City of Fayetteville shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, City of Fayetteville may make a claim therefor as provided in paragraph L. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to City of Fayetteville. 9. City of Fayetteville May Correct Defective Work If Contractor fails within a reasonable time after written notice of Engineer to ' proceed to correct defective work or to remove and replace rejected work as required by Engineer or if Contractor fails to perform the work in accordance with the Contract Documents or if Contractor fails to comply with any other provision of the Contract Documents, City of Fayetteville may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising his right under this paragraph City of Fayetteville shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, City of Fayetteville may exclude Contractor from all or part of the site, take possession of all or part of the work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the work all materials and equipment stored at the site or for which City of Fayetteville has paid Contractor but which are stored elsewhere. Contractor shall allow City of Fayetteville, City of Fayetteville's representatives, agents and employees such access to the site as may be necessary to enable City of Fayetteville to exercise his rights under this paragraph. All direct, indirect and consequential costs of City of Fayetteville in exercising such rights and remedies will be charged against Contractor in an amount reviewed by Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City of Fayetteville shall be entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof, City of Fayetteville may make a claim therefor as provided in paragraph L. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the work attributable to the exercise by City of Fayetteville of City of Fayetteville's rights hereunder. General Conditions 50 , City of Fayetteville Sanitary Sewer Improvements I 0. Payments to Contractor and Completion I. Schedules ' The schedule of values established as provided in paragraph C.7 will serve as the basis for progress payments and will be incorporated into a form of Application for ' Payment. Progress payments on account of Unit Price Work will be based on the number of units completed. 2. Application for Progress Payments a. The contractor shall, on the 25th day of each calendar month, together with a representative of the Engineer, make an estimate of the value of the work performed as of the 15th day of the month in accordance with this Contract since the last preceding estimate was made. The Contractor shall then prepare and submit the estimate to the Engineer on the periodical estimate for partial payment forms, copies of which are bound with these Contract Documents. The number of copies to be submitted will be determined by the Engineer after construction has started. ' b. Upon presentation of certified copies of purchase bills and freight bills, the City of Fayetteville will permit inclusion in such monthly estimates payment for materials that will eventually be incorporated in the project, providing that such material is suitably stored on the site at the time of submission of the estimate for payment. At the time the next following monthly estimate is submitted, certified copies of receipted purchase and freight bills for the stored materials included in the monthly payment estimate submitted two months previously shall be submitted. If the Contractor fails to submit proof of payment with the monthly payment estimate, those items of stored materials for which no proof of payment has been submitted will be deleted from the current payment estimate. Such materials when so paid for by the City of Fayetteville will become the property of the City of Fayetteville and, in case of ' default on the part of the Contractor, the City of Fayetteville may use or cause to be used by others these materials in construction of the project. However, the Contractor shall be responsible for safe guarding such materials against loss ' or damage of any nature whatsoever, and in case of any loss or damage the Contractor shall replace such lost or damaged materials at no cost to the City of Fayetteville. (1) Except as provided in paragraph O.2.b, the first application for payment shall be of the value of the work done and of materials proposed and suitable for permanent incorporation in the work, delivered, and suitably and safely stored at the site of the work since the Contractor shall have begun the performance of this Contract; and every ' subsequent estimate, except the final estimate, shall be of value of the work done and materials delivered and suitably stored at the site of the work since the last preceding estimate was made. 51 General Conditions City of Fayetteville Sanitary Sewer Improvements I c. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000 unless authorized by Engineer. d. Applications for payment shall be signed by the Engineer and approved by the City of Fayetteville, and after such approval, the City of Fayetteville, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount in accordance with the following schedule: (1) Ten (10) percent until construction is 50 percent complete. (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making adequate progress and there is no specific cause for greater withholding. (3) When the project is substantially complete (operational or beneficial use as determined by the Engineer) the retained amount will be reduced to two (2) percent of the value of work which is substantially complete, or two hundred (200) percent of the value of each item as determined by the Engineer to complete said item or items of work, whichever is greater. e. Contractor shall furnish with each application for payment a Contractor's sworn affidavit listing all parties to receive payments on that request. If required by the regulatory agencies, the Contractor and his subcontractor shall prepare weekly sworn affidavits with respect to the payment of wages in accordance with the provisions as set forth in the "Anti -Kickback" Act, and submit affidavits with the progress payment requests. 3. Unit Price Items a. Unit price items listed in the Bid form and in the Agreement form may be of two types, "unit price construction items", and "unit price work items ordered by the Engineer during construction". For all unit price items quantities as set forth are the best estimates which can be made during design, since actual quantities cannot be determined until construction is underway. b. The Contractor shall study carefully the Specifications to determine the extent and scope of the work included under lump sum items in the Contract. It may be that work under some unit price items is in addition to similar work to be performed under lump sum items and paid for thereunder. General Conditions 52 City of Fayetteville Sanitary Sewer Improvements [_I I I I Li I I I I [1 I I I [I I I [1 I 11 I I I I I I I I I I I I I I Unit Price Construction Items Unit price construction items will be used to pay for work not included under a lump sum item but required by the Contract. d. Unit Price Work Items Order by the Engineer During Construction These unit price items will be used to pay for designated work, not shown on the Contract Drawings, when ordered by the Engineer in writing during construction. 4. Reporting and Invoicing Cost -of -Work All cost -of -work items shall be reported daily and signed by the Contractor and the Engineer, which daily reports shall thereafter be considered the true record of cost- of- work done. Completely detailed invoices covering the cost -of -work shall be submitted for payment not later than 15 days after the completion of the work. The charges for work performed by the Contractor, by a Subcontractor, and by an employee of a Subcontractor shall be reported separately. Substantiating invoices from suppliers, vendors and Subcontractors shall be included with the Contractor's invoices. The Contractor shall permit examination of accounts, bills, and vouchers relating to the cost -of -work when requested by the Engineer. 5. Partial Waiver of Liens Partial waiver of liens shall accompany each payment request to cover the full amount of the previous payment request. The Contractor shall procure from each and every Subcontractor and suppliers of material or labor a partial waiver of lien to release the City of Fayetteville of any claim to a mechanics lien, which they or any of them may have under the mechanics lien laws of the State in which the project is located. Any payments made by the City of Fayetteville without requiring strict compliance to the terms of this paragraph shall not be construed as a waiver by the City of Fayetteville of the right to insist upon strict compliance with the terms of this approach as a condition of later payments. 6. Contractor's Warranty of Title Contractor warrants and guarantees that title to all work, materials and equipment covered by any Application for Payment, whether incorporated in the project or not, will pass to City of Fayetteville no later than the time of payment free and clear of all Liens. 7. Review of Progress Payment Requests a. Engineer will, within fifteen (15) days after receipt of each payment request, ' either indicate in writing a recommendation of payment and present the request to City of Fayetteville, or return the payment request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter ' 53 General Conditions City of Fayetteville Sanitary Sewer Improvements case, Contractor may make the necessary corrections and resubmit the request. Thirty (30) days after presentation of the Application for Payment with Engineer's recommendation, the amount recommended will (subject to the provisions of paragraph O.7.e) become due and when due will be paid by City of Fayetteville to Contractor. b. Engineer's recommendation of any payment requested in a payment request will constitute a representation by Engineer to City of Fayetteville, based on Engineer's on -site observations of the work in progress as an experienced and qualified design professional and on Engineer's review of the payment request and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon substantial completion, to the results of any subsequent tests called for in the Contract Documents to a final determination of quantities and classifications for Unit Price Work under paragraph J.8 and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on -site observations have been made to check the quality or the quantity of the work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose Contractor has used the moneys paid or to be paid to Contractor on account of the Contract Price, or that title to any work, materials or equipment has passed to City of Fayetteville free and clear of any Liens. c. Engineer's recommendation of final payment will constitute an additional representation by Engineer to City of Fayetteville that the conditions precedent to Contractor's being entitled to final payment as set forth in paragraph O.8.a have been fulfilled. d. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to City of Fayetteville. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent observations or tests, nullify any such payment previously recommended; to such extent as may be necessary to Engineer's opinion to protect City of Fayetteville from loss because: (1) The Work is defective, or completed work has been damaged requiring correction or replacement. (2) The Contract Price has been reduced by Written Amendment or Change Order. General Conditions 54 City of Fayetteville Sanitary Sewer Improvements I C] I I El I I I I I I I I I I I I Li [1 I I I I I I I I I I [1 I I I I I (3) City of Fayetteville has been required to correct defective Work or complete the Work in accordance with paragraph N.6.b. (4) Engineer's actual knowledge of the occurrence of any of the events enumerated in paragraphs P.2.a.(1) through P.2.a.(9) inclusive. e. City of Fayetteville may refuse to make payment of the full amount recommended by Engineer because claims have been made against City of Fayetteville on account of Contractor's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling City of Fayetteville to a set-off against the amount recommended, but City of Fayetteville must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. Substantial Completion a. When Contractor considers the entire work ready for its intended use and all final restoration and testing is complete, Contractor shall notify City of Fayetteville and Engineer in writing the entire Work is Substantially Complete and request that Engineer issue a Statement of Substantial Completion. Within a reasonable time thereafter, City of Fayetteville, Contractor and Engineer shall make an observation of the Work to determine the status of completion. If Engineer does not consider the work Substantially Complete, Engineer will notify Contractor in writing, giving his reasons therefore. If Engineer considers the work substantially complete, Engineer will prepare and deliver to City of Fayetteville a tentative Statement of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. This list shall be called a punch list. City of Fayetteville shall have fourteen (14) days after receipt of the tentative certificate during which he may make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not Substantially Complete, Engineer will within fourteen days after submission of the tentative certificate to City of Fayetteville notify Contractor in writing, stating his reasons therefore. If, after consideration of City of Fayetteville's objections, Engineer considers the Work Substantially Complete, Engineer will within said fourteen (14) days execute and deliver to City of Fayetteville and Contractor a definitive Statement of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from City of Fayetteville. At the time of delivery of the tentative Statement of Substantial Completion Engineer will deliver to City of Fayetteville and Contractor a written recommendation as to division of responsibilities pending final payment between City of Fayetteville and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance and warranties. Unless City of Fayetteville and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive Statement of Substantial Completion, 55 General Conditions City of Fayetteville Sanitary Sewer Improvements I Engineer's aforesaid recommendation will be binding on City of Fayetteville and Contractor until final payment. b. City of Fayetteville shall have the right to exclude Contractor from the work after the date of Substantial Completion, but City of Fayetteville shall allow Contractor reasonable access to complete or correct items on the punch list. I I 9. Partial Utilization I a. Use by City of Fayetteville of any finished part of the Work, which has specifically been identified in the Contract Documents, or which City of Fayetteville, Engineer and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by City of Fayetteville without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior Substantial Completion of all the Work subject to the following: (1) City of Fayetteville at any time may request Contractor in writing to permit City of Fayetteville to use any part of the work which City of Fayetteville believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify to City of Fayetteville and Engineer that said part of the Work is substantially complete and request Engineer to issue a Statement of Substantial Completion for that part of the Work. Contractor at any time may notify City of Fayetteville and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a Statement of Substantial Completion for that part of the Work. Within a reasonable time after either such request, City of Fayetteville and Contractor shall observe that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify City of Fayetteville and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of paragraph O.8 will apply with respect to Statement of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. (2) City of Fayetteville may at any time request Contractor in writing to permit City of Fayetteville to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter City of Fayetteville, Contractor, and Engineer shall observe that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to City of Fayetteville and Engineer that such part of the Work is not ready for separate operation by City of Fayetteville, Engineer will finalize the list of items General Conditions 56 City of Fayetteville Sanitary Sewer Improvements I I I C1 I I I I I I I I L C1 I Ito completed or corrected and will deliver such list to City of Fayetteville and Contractor together with a written recommendation as to the division of responsibilities pending final payment between City ' of Fayetteville and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon City of ' Fayetteville and Contractor at the time when City of Fayetteville takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to ' Substantial Completion of such part of the Work, City of Fayetteville shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. ' (3) No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph ' F.7 in respect of property insurance. 10. Final Observation ' Upon written notice from Contractor that Work or an agreed portion thereof is complete, Engineer will make a final observation with City of Fayetteville and • Contractor and will notify Contractor in writing of all particulars in which this observation reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. ' 1 I . Final Application For Payment ' After Contractor has completed all such corrections and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents as provided in paragraph G. II and other documents - ' all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable, subject to the provisions of paragraph O.16 Contractor may make application for final payment request following the procedure for progress ' payment requests. The final payment requests shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to City of Fayetteville) of all Liens ' arising out of or filed in connection with the Work. In lieu thereof and as approved by City of Fayetteville, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, ' material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which City of Fayetteville or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, and/or Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to City of Fayetteville to indemnify City of Fayetteville against any Lien. 1 57 General Conditions City of Fayetteville Sanitary Sewer Improvements 12. Final Payment and Acceptance a. If, on the basis of Engineer's observation of the Work during construction and final observation, and Engineer's review of the final payment request and accompanying documentation - all as required by the Contract Documents, Engineer has been shown that the work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten (10) days after receipt of final payment request, indicate in writing Engineer's recommendation of payment and present the request to City of Fayetteville for payment. Thereupon Engineer will give written notice to City of Fayetteville and Contractor that the Work is acceptable subject to the provisions of paragraph O.14. Otherwise, Engineer will return the payment request to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the payment request. Thirty (30) days after presentation to City of Fayetteville of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by City of Fayetteville to Contractor. b. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, City of Fayetteville shall, upon receipt of Contractor's final payment request and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City of Fayetteville for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph F. 1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 13. Contractor's Continuing Obligation Contractor's obligation to perform and complete the Work in accordance with the ' Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of substantial completion, nor any payment of City of Fayetteville to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by City of Fayetteville, nor any act of acceptance by City of Fayetteville nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to paragraph O.12, nor any correction of defective work by City of Fayetteville shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph O.14). General Conditions 58 , City of Fayetteville Sanitary Sewer Improvements 14. Waiver of Claims The making and acceptance of final payment shall constitute: a. A waiver of all claims by City of Fayetteville against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final observation pursuant to paragraph O.10 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by City of Fayetteville of any rights in respect of Contractor's continuing obligations under the Contract Documents. b. A waiver of all claims by Contractor against City of Fayetteville other than ' those previously made in writing and still unsettled. ' P. Suspension of Work and Termination I. City of Fayetteville May Suspend Work ' a. City of Fayetteville may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in ' writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume the work on the date so fixed. Contractor may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in paragraphs L and M. I b. City of Fayetteville may suspend work upon occurrence of any one or more of the following events: (1) If Contractor fails to supply a qualified superintendent, sufficient skilled workmen, subcontractors, or suitable materials or equipment. ' (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. ' (3) If Contractor disregards Laws and Regulations, of any public body having jurisdiction. (4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents the City of Fayetteville shall have authority to suspend the Work wholly or in part, for such period of time as he may deem necessary, because of conditions unfavorable for the prosecution of the Work, or to conditions which in his opinion warrant ' such action, or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid ' 59 General Conditions City of Fayetteville Sanitary Sewer Improvements I the Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor. c. If it becomes necessary to suspend work for an indefinite period of time, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily or become damaged in any way, take every precaution to prevent damage or deterioration of the Work performed, provide suitable drainage of the roadway, and erect temporary structures where necessary. The Contractor shall not suspend work without written authority from the City of Fayetteville. I I I I 2. City of Fayetteville May Terminate I a. Upon the occurrence of any one or more of the following events: (1) If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; (2) If a petition is filed against Contractor under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state law in effect at the time relating to bankruptcy or insolvency; (3) If Contractor makes a general assignment for the benefit of creditors; (4) If a trustee, receiver, custodian or agent of Contractor is appointed under applicable law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; (5) If Contractor admits in writing an inability to pay its debts generally as they become due; (6) If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph C.7 as revised from time to time); General Conditions 60 City of Fayetteville Sanitary Sewer Improvements I I I I I I I I F I I (7) If Contractor disregards Laws or Regulations of any public body having jurisdiction; (8) If Contractor disregards the authority of Engineer; or (9) If Contractor otherwise violated in any substantial way any provisions of the Contract Documents. b. City of Fayetteville may after giving Contractor (and the surety, if there be one) ' fourteen (14) days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the work and of all Contractor's tools, appliances, ' construction equipment and machinery at the site and use the same to the full extent they could he used by Contractor (without liability to Contractor for ' trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which City of Fayetteville has paid Contractor but which are stored elsewhere, and finish the work as City of Fayetteville may ' deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work, (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to City of Fayetteville. Such costs incurred by City of Fayetteville will be reviewed by Engineer and incorporated in a Change Order, but when exercising any rights or remedies ' under this paragraph City of Fayetteville shall not be required to obtain the lowest figure for the work performed. C. Where Contractor's services have been so terminated by City of Fayetteville, the termination shall not affect any rights or remedies of City of Fayetteville against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City of Fayetteville will not release Contractor from liability. Id. Upon fourteen (14) days' written notice to Contractor and Engineer, City of Fayetteville may, without cause and without prejudice to any other right or remedy, elect to abandon the work and terminate the Agreement. In such case, ' Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). 1 61 General Conditions City of Fayetteville Sanitary Sewer Improvements 3. Contractor May Stop Work or Terminate If, through no act or fault of Contractor, the work is suspended for a period of more than ninety (90) days by City of Fayetteville or under an order of court or other public authority, or Engineer fails to act on any payment request within thirty (30) days after it is submitted, or City of Fayetteville fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon fourteen days' written notice to City of Fayetteville and Engineer, terminate the Agreement and recover from City of Fayetteville payment for all work executed and any expense ' sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or City of Fayetteville has failed to make any payment as aforesaid, Contractor may upon fourteen (14) days' notice to City of Fayetteville and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph G. 15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with City of Fayetteville. Q. This Section Deleted. I R. Liquidated Damages or Actual Damages for Delay I General I Time is of the essence of this Contract, liquidated damages or actual damages for delay will be assessed against the Contractor for failure to complete the work within the time(s) specified in these Contract Documents. 2. Liquidated Damages Should the Contractor fail to complete the work, or any part thereof, in the time , stipulated in the Contract or within such extra time as may have been allowed for unavoidable delays by extensions granted as provided in Paragraph M, the Contractor shall reimburse the City of Fayetteville for the additional expense and damage for each calendar day, Sundays and legal holidays included, that the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per -diem rate stipulated in the Bid. The said amounts are hereby agreed upon as liquidated damages for the loss to the City of Fayetteville on account of expense due to the employment of Engineers, inspectors, construction reviewers, and other employees after the expiration of the time of completion, and if applicable, expenses incurred by the City of Fayetteville as a result of the impact of the Contractor on other contractors under this project or other contracts, and on account of the value of the operation of the works dependent thereon. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated General Conditions 62 ' City of Fayetteville Sanitary Sewer Improvements J I I I I I I I H I I I I I I I I I 3. 4. damages, which have accrued against the Contractor. The City of Fayetteville shall have the right to deduct such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be due and collectible from the Contractor or his Surety. Actual Damages for Delay Failure to meet the Contract Completion Date(s) by the Contractor will subject the Contractor to liability for all damages suffered by the City of Fayetteville. Damages that might accrue to the City of Fayetteville include, but are not limited to, the additional costs for project inspection by others, construction review by RJN Group, Inc. the City of Fayetteville's project administration and overhead, the Engineer's project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors on other Contracts resulting from the delay, rental costs incurred by the City of Fayetteville as a result of delay in completion of this Contract, value and use loss arising from this delay, and all legal costs associated with administration of this General Condition or with any litigation arising out of this General Condition. The City of Fayetteville may, without prejudice to any other remedies that may be available, withhold from any monies due, or which may become due the Contractor, all damages sustained or which may be sustained in accordance with this paragraph R.3. The rights and remedies of the City of Fayetteville provided in this paragraph R.3 are in addition to any other remedies provided by law or under this Contract. Liquidate Damages will be assessed in accordance with Paragraph R.5 for each calendar day beyond the dates stipulated below: a. For each calendar day beyond the Contractual Date of Substantial Completion until the date when Substantial Completion is achieved. b. For each calendar day beyond the Contractual Date of Final Completion or 30 calendar days after the actual date of Substantial Completion, whichever is later, until the date when Final Completion is achieved. Liquidate damages will be assessed as follows: Liquidated Damages Final Amount of Contract Per Day Less than $1,000,000 $ 750 1,000,000 and less than 3,000,000 1,500 3,000,000 and less than 5,000,000 3,000 5,000,000 and less than 10,000,000 4,000 10,000,000 and over 5,000 63 General Conditions City of Fayetteville Sanitary Sewer Improvements H S. Excess Engineering Costs 1. General Excess engineering costs shall be applicable only during the Contract Time provided , in the Agreement. 2. Overtime a. The City of Fayetteville shall charge to Contractor for all engineering and construction observation expenses incurred by City of Fayetteville in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays, the charges for such personnel will be as provided in the Schedule of Charges below. b. These charges for excess engineering will be deducted from the Contractor's monthly payment request. c. Schedule of Charges to be as follows for all engineering and construction observation expenses incurred by the City of Fayetteville in connection with any overtime work. Personnel Hourly Project Manager $ 105.00 Resident Engineer 75.00 Resident Project Representative 60.00 d. The Contractor shall not work over a 10 -hour day without written permission from the City of Fayetteville. e. The Engineer shall determine when observation of construction activities beyond the regular eight -hour day is required. T. Miscellaneous 1. Giving Notice Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. General Conditions 64 ' City of Fayetteville Sanitary Sewer Improvements ' I I I I I I I I] Li 1J I I [1 I I I I I 2. Computation of Time a. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. b. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. General a. Should City of Fayetteville or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph T.3.a shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. b. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by paragraph G.16.a, N.1, N.7, N.9, O.6, P.2.a and all of the rights and remedies available to City of Fayetteville and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all of them by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. END OF THIS SECTION 65 General Conditions City of Fayetteville I Sanitary Sewer Improvements I I I I I I I C C H H SUPPLEMENTARY CONDITIONS SECTION Cl I I SUPPLEMENTARY CONDITIONS I H I I I I A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and effect. B. Paragraph El: Availability of Lands Add the following sentence to the end of paragraph E. 1: Contractor shall confine all construction activities within the easements indicated on the plans. C. Paragraph F. 1: Performance and Other Bonds Revise paragraph d to read as follows: ' All Bonds shall be in the forms prescribed by law or regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies ' Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. Bonds shall have an "A" rating or better. All bonds signed by an agent must be accompanied by a certified copy of the authority to act. ' Add the following new paragraphs as part of paragraph F. 1: e. Bonds meeting the requirements of Arkansas Highway and Transportation Department arc required for all work performed within their rights -of -way. ID. Paragraph F: Bonds and Insurance J I I Add the following paragraph to Paragraph F: Insurance Rating All insurance contracts must maintain a Best's Rating of A:Class VI or better. Cl-I Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements I ' E. I I I I I F. I I I I Paragraph N.7.: Correction Period Modify the heading and first sentence of Paragraph N.7. as follows: Two Year Correction Period If within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to City of Fayetteville and in accordance with City of Fayetteville's written instructions, either correct such defective work, or, if it has been rejected by City of Fayetteville, remove it from the site and replace it with nondefective work. Paragraph 0.2.a: Application for Progress Payments Delete paragraph 0.2.a and substitute the following new paragraph: a. The Contractor, together with a representative of the Engineer, shall make an estimate of the value of the work performed ten days prior to a specified date each month in accordance with this Contract. The payment due date shall be determined at the preconstruction meeting. Paragraph 0.8: Substantial Completion Add the following new paragraph as part of paragraph 0.8: 0.8.c. Substantial completion is defined as all excavation, material, labor, bedding, backfill, coating, grouting, final restoration, and testing required to complete the work as defined in the Contract documents. Individual job numbers will be considered for substantial completion. Paragraph A.17: Engineer Delete paragraph A. 17 and substitute the following new paragraph: 17. Engineer - The firms of RJN Group Inc., Consulting Engineers, Dallas, Texas and McClelland Consulting Engineers, Inc., Fayetteville, Arkansas, acting through their authorized representatives. Supplementary Conditions City of Fayetteville Sewer System Improvements CI -2 i Paragraph E.2.a. K. 1 I I 1 1 1 Delete paragraph E.2.a and substitute the following new paragraph: a. No reports of explorations and tests of subsurface conditions at the site are available. Paragraph 0.9 Delete paragraph 0.9 of the General Conditions. Paragraph 0.2.d Delete paragraph 0.2.d. and substitute the following new paragraph: d. Applications for payment shall be signed by the Engineer and approved by the City of Fayetteville, and after such approval, the City of Fayetteville, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount of ten (10) percent until Final Acceptance by the City of Fayetteville. Tort Immunity The City of Fayetteville has Tort Immunity under Arkansas Law. Nothing in these contract documents shall be construed or interpreted as the City waiving that Tort Immunity. END OF SUPPLEMENTARY CONDITIONS C 1-3 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements I I Li I I I I I Li i I I Li I I I CONSTRUCTION FORMS SECTION D I I 'SUBMITTAL RECORD RE: SUBMIT TO: RJN GROUP, INC. SUBMITTED BY 1 ACTION TAKEN O ❑ ? Cep �❑J w � � Ir w ' W U)w LUCr z ,� w W LU ❑ww ❑ r w0 ' E nWn O n O w z o 12 ❑ O w a << r ❑ 0• 13 • = S h U 2 Z O l JL L'Li- 1 L ❑ K Z 7 1 1 DISTRIBUTION BY aFILE COPY (I) SUBC( BY DISTRIBUTION BY RJN G N RJNIFI FILE COPY (I) • RJN/ (I) BY I I SUBM. I NO. NO. SH. PROJECT NO: RJN GROUP, INC. CONTRACT DRAWINGS I TEL. A B PREY. SPECIFICATION SUBM. NO. DIV SECT CONTRACTOR FILE NO. QUANTITY ROUTING DATE SENT DATE RECEIVED SEPIA PRINT DATA MS EM 0 z U 0 u 0 z F a P: W a a 0 (1 F F H 0 H w a F W h a a Co x CO z 0 w U W 0 a h a 0 a a z z U) 0 O u; W U H a H 0 V W z E U W m a � W O F a W W F � W Q Q OD F z O COu w w O F N O v 3 z F 1. wu� ZU 0 FO U H (aYa^ F v 0' - OH O H Iyl a H N Uv Hzr1 H F w z F. a u w rn w a O a Q Q w O w Cl z FQ O O O W W O E H [� o F F O 0 U FO a F � z F O U HZ� N Ua ..77m z z U E. a ro w A W O H F z H I IO I I El I I I I I I I I F w F z w w a a � v W O !L U W a w A w o Ow 0 El O F 0 a W F � H r O 3 z U r1 F O O U F U Us a Ln F ° v z F Os U F F - E-Zcr N (TI r U a 4-) 0 F F H � a U F � z0 z0 U H G a O H (V b a - v o a) a) W O H F z H N 4) v x ' U)F z ' F U w h 0 Oa w F a • 1 " 04IA. 0 w w x U) 0) tr' w F H G z 0 m Z H it U U 0 wO q 0 H Z z a ' o u o v F w U j H F b W W FFj I N W 0 0 al Iz m 14 N 04 q 7 0 O a! 1 -d O H w z ' a �w z U u uU) ' W q 0 E a4 a w° F �7 u a m N F O c� FC F 1 F O ' z ' •uN = rov U C J w 0S+r roA o� o S4a.1 C ' Uu ro r mu p u u mmbroo -}� Sa)0 a))-10 aU0ro O 0)4-) r 0 N 0,roro 'Or+ C.4 ' du(roo r -I w w U N tOCro o C N ro .cu ro ro u ,� row 1, a.1 CL U wur-)u O' E U rt O F v E aA.i a°i w ro N w)-1 U U= C u w wawror1U c '�s4kav H ,Q rt ro 4-) C -0' O 0)O E b 0 -� b 0�r4Eu > ro �4 0 rou ro.C N u ••• ••• O N U u N E o N Urn -Cu ni ro U ro AQI VU W ,N, u w c a) ° w 0 aN w a7 '0 .COCb C-� 0A' r CO C u W .c Nro w,., Q C o b 00) 4-4U ........ C ro ro z IW s4 s4 W oro ��'� H oro�AE a E a E C 4-)4-) AN ........ r 44 z -H HQw4) u o ro N w W M N b M O awi N b C N ro -- -' aUi V O 7 C b w A U '4.C ri .� w EC '0 .4)C (�+ ro E 44-)O - r-� ri u ,-� u u �ww C JJ u cro ro-rJ O 4) N ro ro C C E u J, ro m +� E W ,W] ro C � U m ro 3 4-H -* O u •� fU4 I --I O 0)t ro m N .C u U u w-•i '1 A F U u w u W u H '� C A E N 10 U O w 0' N E )E-) 7 ,--) C 'x W r-� N O N 0' w _ -,a o O O U PG -H 0, L1 U -rl . ' a N 0 Sa �., as w U U U ° ro N 0 Zw ww N ro U •rl m E C trn u -- L• C •• w (DC R' a) w }w) rl C w u O L1, N ' - 7 ro o u N N U A 01 'o 'o a .C W U Sxi . N C N ",-.� o a) ; • L W • C ; ; C C. 0) X, -rl o 0.0 w•i r�ro u E-3 F ro Si w .Ca) 3 o m m E t#44) -1U CO z waiaw,o roa) . •0d C u-aw a -dou.uw w a) . N . C) OU y w E U N °U P, C a) ° a) ro ' a C E C C W .00 ,0 O H ro .. ro k . w .. N w ro w Fx-' ro w C U 0) 0 -. C w w -. .. .H ri O W .c N m ro .C C o ro C -r) �. u C 1a A U F. 41 u u a) u w rowro Oro 3 v ° w -r) w o a v coEro • u C ro vFi w auiroro o 'w b) w E u u r-) ro w sa o u'O w e ri w u U �uo�ro0.c CmN>U))Hw w 4-l$-1 w u li u W W w 0) w ro N- •� Q) 'H 0 w 00wmskww wwwp-w mt >N�rou C aOCu° ,cCw Ow•• -)-r4 >1 4J -4 iA) ° q u u ro C w U U VC 'C ,U °c N bl ° N 'd 7 0, C a w N ro O >,-• N "� C N m °U N A C N .C .. 0 ro$ E b OO a0) 0 -H '-1 'o ro S+ E o,-,Nvroumroro[wrouNro4 s4-r+ro ~wu°roC u ,ro .C O 0 rNi > ri -r4 rl rl C N -A rmrnmmwri w Q, u 7 U C ro • Nw. w wwwuuuuOUb'u °a)C Eu3 roNu pu 3+w 3i.CUOW00E X -r)0 yEN �NC)x+SE+E t0 wu wF(YFF QWaF A a aw H 0 0u c w E 3 O u0) l4 .. �_ u'0'-40 • riit C C (6 .A U ro w w 0).C o o> 0 F aroi a) r-1 N -rl w V V V V V V V V • 0rorow w'o w "'rt.G Nw A.l roaAiv Cr-) w F -ri u u .C C 1/ro moo) 11u z •• rirtrouro oro 0 r w .C .c •r) ,c 3 u 0 U -r) .C 4 -It U m A u u 3 U z 0 0 H ca 0 z W a N Ix) r`S ro 0 a Q a) u nro L F E u N C) 0 C) 04 0 I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CHANGE ORDER SHEET OF CHANGE ORDER NO. OWNER: PROJECT NAME: LOCATION: Fayetteville. Arkansas PROJECT NO. CONTRACTOR: DATE: I. DESCRIPTION OF CHANGES INVOLVED- The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicated the adjustment to the Contract Price and the Contract Time.*** Change Order City of Fayetteville 1 Sanitary Sewer Improvements I I I I I I I I I I L 1 :J 11 I I I SHEET OF CHANGE ORDER NO. II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, as . and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract 2. Net change due to all previous Change Order . . . . . . . . . . . . . . . . Days 3. Final Completion Date not including this Change Order No. _ . . . . . . . . . 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension . . . . . . . . . . Days b. Unavoidable Delay Extension . . . . . . . . . . . Days 5. Final Completion Date including this Change Order No. ___ . . . . . . . . . . . . . . . . Change Order City of Fayetteville Sanitary Sewer Improvements 2 I 1 I I I I I I SHEET OF CHANGE ORDER NO. IV. ADJUSTMENTS IN AMOUNT OF CONTRACT• 1. Amount of Original Contract $ 2. Net (Addition)(Reduction) due to all previous Change Orders Nos. to 3. Amount of Contract not including this Change Order 4. (Addition) (Reduction to Contract due to this Change Order 5. Amount of Contract including this Change Order I RECOMMENDED FOR ACCEPTANCE: (For RJN Group, Inc.) C1 IACCEPTED: I I 1 I I I I CONTRACTOR: Date By: ( Signature of Authorized Representative Date OWNER: By: Signature of Authorized Representative Date Change Order City of Fayetteville 3 Sanitary Sewer Improvements I I I I *** Date *** *** CITY LETTERHEAD *** Dear Resident: In a continuing program to maintain and upgrade the City sewer systems, several sewer projects are scheduled this year, including Sanitary Sewer Manhole Rehabilitation. A *** Cost *** dollar renovation project, will be underway for the next **' Calendar Days. This project will include eliminating many sources of stormwater entering the sanitary sewer system from defects in the sanitary sewer system. ' Work on this project is scheduled to begin during *** Name of Week and Month ***. The Contractor *** Name of Contractor *** of Name of City and State *** and our consulting engineers, RJN Group, Inc. have successfully completed similar projects in Fayetteville. A very important concern of the City on a project of this type is the restoration of streets. Restoration work will be completed on a timely basis once construction is completed in an area. If you have any questions about this project, please contact *** Name of Resident Engineer *'*, RJN Group, Inc. at their construction office *** Telephone Number of Construction Office ***. I I I L [1 Li I Sincerely, City of Fayetteville, AR I eAYETTEVILLE ITY O! FAYITT!VILLI. ARKANSAS I DEPARTMENTAL CORRESPONDENCE To: Kim Hesse, Landscape Administrator From: David Jurgens, Water/Sewer Date: Re: Tree Removal Request One or more trees have or had to be removed in order for the City of Fayetteville to perform required maintenance on the water or sewer system. Details are as follows: Address: Number of Trees 6" ≤ Tree ≤ 12": Number of Trees 12" < Tree s 18": Number of Trees 18" < Tree s 30": Number of Trees > 30": Company Doing Work: Approximate Date of Construction: Type of Tree (If Known): Remarks: Please do not hesitate to call me at extension 387 if you have any questions. Y':"•'GEE-RLM.tP I I LI I II I C1 I [1 I I C1 I I I I DIVISION 1 - GENERAL REQUIREMENTS SECTION Dl 11 TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION I GENERAL REQUIREMENTS Section Subject DI -I SUMMARY OF WORK DI -2 CUTTING AND PATCHING DI -3 SUBMITTALS DI -4 MATERIAL AND PERFORMANCE TESTING DI -5 CONTROL OF CONSTRUCTION SITE DI -6 MEASUREMENT AND PAYMENT DI -7 MANHOLE TESTING DI -8 TRENCH SAFETY SYSTEM I Dl -1 SUMMARY OF WORK ' A. General I. The Plans, Special Conditions and Provisions Documents, and the rules, ' regulations, requirements, instructions, drawings or details referred to by manufacturer's name, number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be ' binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as ' though required by all. The order of precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: I. Plans 2. Contract Documents 3. City of Fayetteville, Arkansas Engineering Department Specifications 4. Arkansas State Highway and Transportation Department Specifications The following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated above. ' a. Wherever the word OWNER appears in the Special Conditions, it shall be construed to mean the City of Fayetteville. ' 2. Work Covered By Contract The work to be performed is generally described in the Invitation to Bid and indicated in the Contract Documents. The manhole rehabilitation work to be completed under this contract shall be as indicated on Manhole Rehabilitation Schedule Section G and as described in the Contract Documents. 3. Contractor's Duties ' a. Except as specifically noted, provide and pay for: I) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. Dl-l(l) City of Fayetteville Sewer System Improvements I 3) Samples, shipping costs, and tests. I 4) Necessary utilities, such as water supply, electrical power, telephones, roads, fences, and sanitary facilities, including maintenance thereof. 5) Other facilities and services necessary for proper execution and completion of work. I I b. Perform all the work described in these General Requirements except where I specifically indicated to be done by others. c. Pay legally required patent fees, sales, consumer, and use taxes. I d. Secure and pay for legally required permits, licenses, and government fees. e. Give required notices. f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work assigned to them. g. Comply with codes, laws, ordinances, rules, regulations, orders, and other legal requirements of public authorities bearing on the conduct of the work. h. Submit written notice to Owner's Representative of observed variance of Contract Documents from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work. Enforce discipline and good order among Contractor and subcontractor employees. Any person employed by Contractor or subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of Owner, be removed from the project immediately and shall not be employed in any portion of the work without the approval of Owner. Provide at all times facilities for access and inspection of the work by representatives of Owner and by official governmental agencies designated by Owner as having the right to inspect the work. k. Cooperate with other contractors who may be performing work of Owner, and with Owner's employees working in the vicinity of the work done under the Contract. Submit shop drawings on all materials and equipment to be installed on the project. City of Fayetteville D1 -l(2) Sewer System Improvements I I I I I I I I I I I I I ' pursuant to the Arkansas Prevailing Wage Law and shall govern on all work performed by the contractor or any sub -contractor on the site of the project covered by these contract documents. At a minimum, the prevailing hourly ' rate of wages following shall be paid to all workers performing work under the contract. The scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. 4. Contractor's Use of Premises ' a. Confine operations at site to areas permitted by law, ordinances, permits, and the Contract Documents. ' b. Do not load or permit any part of a structure to be subjected to any force that will endanger its safety. ' c. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. ' d. Assume responsibility for protection and safekeeping of products stored on premises. 1 e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any waterway as will violate regulations of any legally constituted authority. f. Move stored products which interfere with the operations of Owner or other ' Contractors. ' g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. i. Existing Manhole Steps The steps of the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equipment to assure safe access and a safe working environment inside the manhole. ' j. Comply with Confined Space Entry as noted in Section Dl -5 Control of Construction Site. ' 5. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. I I Dl -1(3) City of Fayetteville Sewer System Improvements I b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by Owner's Representative. c. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. [I I I 6. Sequence of Construction I a. The Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property prior to any construction or rehabilitation work on that property. b. Repair items associated with all manhole rehabilitation shall be performed in the presence of the Resident Engineer or such work will not be accepted by Engineer. c. The Contractor shall schedule the replacement of manhole frame and covers and frame sealing to commence within 20 days of the Notice to Proceed. Manhole frame and covers and frame sealing shall be performed in an orderly manner so that all manhole covers and frames and frame sealing is completed in an area (Basin or Mini System) before moving to another area (Basin or Mini System) unless authorization is given by the Engineer or Owner. d. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area (basin) before moving to another area (basin) unless authorization is given by the Engineer or Owner. e. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. f. The Contractor shall submit to the Engineer each night the next days proposed activities. g. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. h. A revised monthly progress schedule shall be submitted with each payment request. The City shall not reimburse the Contractor for any water used to perform the work as required in the contract. j. The Contractor shall preserve all trees, shrubs, sprinkler systems, fences, and [1 I I I I I I I I I I I City of Fayetteville Dl -l(4) Sewer System Improvements I I [1 C1 other property owner improvements located within the limits of the construction. The removal and/or replacement of the said property owner improvements by the Contractor shall be considered as a non -pay item unless noted otherwise. k. All local residents who will be denied access to their driveways shall be notified by the Contractor two (2) working days prior to the closure of their access. ' I. All driveways which are open cut shall have at least a temporary riding surface at the end of each day and will be considered a non -pay item. I I I l•1 I I I I I 1 1 I I I m. Project signs shall be required in accordance with the Supplementary Conditions, and shall be considered a non -pay item. n. All cast iron frames and lids from manhole structures which are required to be removed per the Manhole Repair Work Item Schedule (Section G), shall be disposed by the Contractor as a non -pay item. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A .............ampere AASHTO ....... American Association of State Highway and Transportation Officials ACI ........... American Concrete Institute ANSI ........... American National Standards Institute AREA ......... American Society for Testing and Materials AWWA ........ American Water Works Association Bil ............. basic impulse insulation level BUD ........... biochemical oxygen demand btu ............. British Thermal Unit C ............. degrees Celsius cc . ............ cubic centimeter cf ............. cubic foot cfm ............ cubic feet per minute Co ............. Company conc ...........concrete Corp ........... Corporation CRSI .......... Concrete Reinforcing Steel Institute cu .............cubic cy . ............ cubic yard DI -l(5) City of Fayetteville Sewer System Improvements [1 F ............. degrees Fahrenheit FIA ............ Factory Insurance Association FM . ........... FactoryMutual fpm ............ feet per minute fps ............. feet per second ft ............. feet FS ............ Federal Specifications g .............gram ga. ............ gauge gal ............. gallon gpd ............ gallons per day gpm ........... gallons per minute H -O -A ......... Hand -off -automatic h .............hour HP.............horsepower horsepower hz ............. hertz IEEE .......... Institute of Electrical and Electronic Engineers Inc. ............ Incorporated L ............. Liter lb .............pound lbs ............pounds max ........... maximum min ............ minimum mg/L .......... milligrams per liter mgd ........... million gallons per day min ............ MilitarySpecifications NBBPVI ....... National Board of Boiler and Pressure Vessel Inspectors NBS ........... National Bureau of Standards NEC .......... National Electrical Code NEMA ......... National Electrical Manufacturers Association NFPA .......... National Fire Protection Association no ............. number OSHA ......... Occupational Safety and Health Administration ppm ........... parts per million psf ............. pounds per square foot psi ............poundspersquareinch gauge pvc ............ polyvinyl chloride I I [1 I I I I I I I I [1 I I [1 I City of Fayetteville D1-1(6) Sewer System Improvements , SDHPT ........ Texas State Department of Highways and Public Transportation sf .............. square feet sq .............square SSPC .......... Steel Structural Painting Counsel sy ............. square yard V .............volt UL ............ Underwriters Laboratory U.S ............ United States END OF SECTION Dl -1 Dl -l(7) City of Fayetteville Sewer System Improvements A. General 1. Description a. Cutting and patching shall include the cutting (including excavation), fitting, or patching necessary to: 1) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) Obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owner's Representative. 2. Submittals a. Before doing any cutting submit a written notice to Owner's Representative requesting consent, including: I) Description of affected work. 2) Necessity for cutting. 3) Scope of cutting and patching. 4) Trades and products to be used and extent of refinishing. b. Prior to doing cutting and patching identified in writing by Owner's Representative as additional work, submit a cost estimate. c. Notify Owner's Representative when work is to be performed. Dl -2(1) City of Fayetteville Sewer System Improvements [] B. C. D. Materials Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. Execution I I I Provide shoring, bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. ' 2. Protect adjacent portions of work and existing facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even and uniform finish. 6. Any manhole inlet or outlet called to be permanently plugged shall be done in such a manner that the end of the plug is visible from the ground surface. Measurement and Payment Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION D1-2 I I I I I I I I I 11 I [1 I City of Fayetteville Sewer System Improvements D1-2(2) Li [1 I D1-3 SUBMITTALS A. Progress Schedule I. Prepare a detailed progress schedule in graphic form showing proposed dates of starting and completing each major division of the work, monthly completion percentages, and anticipated monthly payment requests. I2. The schedule shall be consistent with the time and order of work requirements of the Specifications, and shall be the basis of Contractor's operations. I 3. A condensed critical path method schedule is preferred but another practicable form of presentation (bar chart) will be acceptable. ' 4. Submit three copies to Engineer on or before the Pre -construction Conference. The Notice to Proceed shall be given contingent to the receiving and approval of the Construction Schedule. ' 5. At the end of every pay request period, submit a revised schedule showing the current status of the work as compared to the projected status. The current ' application for a progress payment will not be processed until the revised schedule is delivered to Engineer. ' B. General 1. Shop Drawings, Project Data, and Samples a. General Submit to Owner's Representative shop drawings, project data, and samples required by the Specifications. b. Shop Drawings 1) Shop drawings are original drawings prepared by the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of the work and show fabrication, layout, setting, or erection details of equipment, materials, and components. 2) Unless otherwise instructed, submit to Owner's Representative for review and approval three prints of each plan or two prints and one Dl -3(l) City of Fayetteville ' Sewer System Improvements I reproducible sepia or reproducible on vellum. Owner Representative ' will return with review comments one print or one reproducible. 3) Shop drawings shall be 8-1/2 by 11 inches, 8-1/2 by 14 inches or ' standard size plans, or as directed by Owner Representative, and shall be clearly identified as to location of the equipment, material, and apparatus in the work. 4) Fold drawings to an approximate size of 8-1/2 by 11 inches in such a manner that the title block will be located in the lower right hand corner of the exposed surface. Roll, do not fold, reproducible copies of drawings. 5) Furnish Owner Representative, as requested, without extra charge, the number of complete sets of prints of shop drawings as Owner , Representative shall request for office files and for use in the field. c. Project Data ' 1) Project data are manufacturers' standard schematic drawings, catalog sheets, brochures, diagrams, schedules, performance charts, material data sheets, illustrations, parts lists and other standard descriptive data. 2) Modify drawings to delete information not applicable and to add information applicable to the project. 3) Mark copies of printed material to identify pertinent materials, products, or models. 4) Show dimensions and clearances required, performance characteristics and capacities, and wiring diagrams and controls. 5) Submittal procedures shall be the same as for shop drawings. d. Samples 1) Samples are examples to illustrate materials, equipment, or workmanship, and to establish standards by which completed work is judged. , 2) Samples submitted shall be of sufficient size and quantity to illustrate functional characteristics of product or material and full range of colors , available. 3) Field samples and mock-ups when required by the specifications shall be erected at the project site where directed. I. City of Fayetteville D1-3(2) Sewer System Improvements I I e. Contractor Responsibilities 1) Review and approve shop drawings, project data, and samples before submitting them. 2) Verify field measurements, field construction criteria, catalog numbers, and similar data. 3) Coordinate each submittal with the requirements of the Contract Documents. ' 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. 5) In a clear space above the title block, or on the back, hand stamp the following, and enter the required information: ' Name of Owner - City of Fayetteville Project Name - Sanitary Sewer Manhole Rehabilitation • Illinois River Basins 1-5, 18 -19 and • White River Mini System 27 I I Date Identification Contract Drawing No. Specification Section This document has been checked for accuracy of content and for compliance with the Contract Documents and is hereby approved. The information contained herein has been coordinated with all involved Contractors. Contractor ISigned 6) Contractor's responsibility for errors, omissions, and deviations from requirements of the Contract Documents in submittals is not relieved by Owner's Representative's review. 7) Notify Owner's Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. Dl -3(3) City of Fayetteville Sewer System Improvements I 8) Do not install materials or equipment which require submittals until the ' submittals are returned with Owner's Representative's stamp and initials or signature indicating review. 9) Revise returned shop drawings as required and resubmit until final approval is obtained. Indicate on the drawings any changes which have been made other than those requested by Owner's Representative. 10) Submit new project data and samples when the initial submittal is returned disapproved. 11) No claim will be allowed for damages or extension of time because of delays in the work resulting from rejection of material or from revision and resubmittal of shop drawings, project data, or samples. f. Owner's Representative's Duties 1) Owner's Representative will review submittals for compliance with the Contract Documents and with the design concept of the project. 2) Review of a separate item does not constitute acceptance of an assembly in which the item functions. 3) Owner's Representative will affix a stamp to the returned copy of each submittal. The stamp will be marked to indicate "Furnish as Submitted", "Furnish as Corrected", "Rejected", or "No Review Required". The stamp will be initialed or signed certifying the submittal , review. 2. Photographs of Surface Conditions ' a. A still picture of existing surface conditions shall be provided for all manhole repairs. I. b. The following information shall be provided on a color photograph. 1) Date of photograph. 2) Cover enough area to show all existing conditions within a 10' radius of the work area. 3) Job and/or manhole number and work to be performed. , I I City of Fayetteville D 1-3(4) Sewer System Improvements I L L J I I I I I I I I I I 4. c. Contractor shall have the option of providing a Video Tape Recording of the surface conditions. Audio descriptions on the tape will give job and/or manhole number and location of each site. Quality of video shall be acceptable to the Owner's Representative. Before beginning work in each Basin or Mini System, Contractor shall complete and furnish the Surface Video Documentation to the Engineer for approval. The Contractor may begin work in that respective area upon authorization from the Engineer in writing. Final Inspections a. Notify Owner in writing when project, or designated portion of project, is substantially complete. b. Owner's Representative will make an inspection of the substantially completed work, and prepare and submit to Contractor a list of items to be completed or corrected. c. Take immediate steps to remedy the listed deficiencies, and notify Owner in writing that the project is complete and ready for final inspection. Owner's Representative will make a final inspection and, if he considers the work is complete, he will notify Owner that the work is ready for final acceptance. Closeout Submittals a. Special guarantees and bonds. b. Certificates of inspection required by laws and ordinances for mechanical and electrical work, and any other legally required inspections. c. Contractor's Waiver of Liens. d. Separate Waivers of Lien for subcontractors, suppliers, and others with lien rights against property of Owner. e. Final payment estimate. Work Schedule a. Prepare a detailed weekly work schedule and submit the schedule to the ' Owner's Representative on the Thursday before the schedule is to take effect. I [I Dl -3(5) City of Fayetteville Sewer System Improvements b. Contractor shall update the weekly work schedule on a daily basis so to advise the Owner's Representative where and on what the Contractor will be working. c. Work schedule shall include, but not be limited to, a listing of job and/or manhole numbers that will be worked on a daily basis and a brief description of the type of work to take place. C. Measurement and Payment Payment will be at the contract lump sum price for Video Documentation which price shall include all labor, equipment, and materials necessary to complete the work. No other Contract Prices are established for Submittals. END OF SECTION D1-3 City of Fayetteville DI -3(6) Sewer System Improvements IDl -4 MATERIAL AND PERFORMANCE TESTING A. General ' 1. Scope ' a. Perform the inspections and tests required by the Specifications. ' b. Provide product certification as required by the Specifications. c. Neither observations by Owner's Representative, nor inspections, tests, or ' approvals by other than Contractor, shall relieve Contractor from his obligation to perform the work in accordance with the requirements of the Contract Documents. 2. Testing Laboratory Services I a. Employ the services of an independent testing laboratory to perform specified services. b. Obtain approval of Owner before employing laboratory. c. Laboratory shall meet "Recommended Requirements for Independent Laboratory Qualification" published by the American Council of Independent Laboratories. d. Laboratory shall meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and ' Steel as Used in Construction". 3. Laboratory Duties a. Perform specified tests and services. ' b. Comply with specified standards, ASTM, other recognized authorities, and as specified. C. Ascertain compliance with requirements of Contract Documents and so note in writing on all reports. Id. Promptly notify Owner's Representative and Contractor of irregularities or deficiencies of work observed during performance of services. I Dl -4(1) City of Fayetteville ' Sewer System Improvements C e. Promptly submit three copies of reports of inspections and tests to Owner's Representative. f Include in the reports, the date, project title, number, name and signature of inspector, date of inspection or sample, record of temperature and weather, date of test, identification of product and Specification Section, location in project, type of test, and observations regarding compliance with requirements. 4. Contractor's Responsibilities I a. Cooperate with laboratory personnel. b. Provide laboratory with samples of materials to be tested in required quantities. ' c. Furnish to the Owner's Representative three copies of test results. d. Provide facilities for storage and curing of test samples. e. Notify Owner's Representative sufficiently in advance of time and place of tests to be made at point of manufacture, assembly, or fabrication to permit Owner's Representative to witness tests if he so desires. B. Measurement and Payment No Contract Prices are established for Material and Performance Testing. END OF SECTION D1-4 I I I I I I. City of Fayetteville D1-0(2) Sewer System Improvements Li ID1-5 CONTROL OF CONSTRUCTION SITE A. General 1. Removal of Debris Keep the work sites free from accumulating waste materials and rubbish caused by his work or employees. All materials and equipment required on the site shall be kept in such a manner so as to cause a minimum of inconvenience and nuisance to other Contractors and the general public. The site shall be kept broom clean. 2. Traffic Control a. All traffic control shall conform to current Manual on Uniform Traffic Control Devices (MUTCD), Part 6 - Work Zones. b. Contractor shall, at all times, conduct the work in such a manner as to insure ' least obstruction to vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in hospital and school zones. Notify Owner's Representative at least three work days in advance of starting any construction work which might inconvenience or endanger traffic. A minimum of one lane shall be open to traffic at all times. c. Submit a traffic control plan to Owner, Owner's Representative, and appropriate highway official one week prior to closing any road. Contractor shall inform police, fire, public works, and bus service companies 24 hours before and on the day of closure. d. When any section or portion of road is closed to traffic, provide, erect, and maintain barricades, red flags, detour signs, and torches or lights at each end of the closed section, at all intersecting roads, and at all locations shown on the plans. e. Contractor shall provide a sequencing arrow panel when performing ' construction on heavily traveled roads and streets. The sign panel shall consist of a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned ' or behind the other laterally and the arrowheads of separate groups being opposed. f. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. 1 Dl -5(l) City of Fayetteville ' Sewer System Improvements g. Contractor shall provide access to private property. Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. 3. Fencing shall be placed around open excavation or trenches at the end of a day in a manner acceptable to the Owner's Representative and the Owner. Fencing and placement of same shall meet the approval of the Owner's Representative. 4. Equipment Operation a. Where the Contractor's equipment is operated on any portion of a traveled ' surface or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the traveled surface of all dirt and debris at the end of each day's operations. The cost of this work shall be included in the unit price bid and no additional compensation will be allowed. b. Protect traveled surfaces and structures on or adjacent to the work, in a ' manner satisfactory to the Owner's Representative, from damage by lugs or cleats or equipment. Walking of tracked -rolled equipment directly on paved streets, driveways, curbs, or sidewalks shall not be allowed. c. Equipment used in the performance of the work shall comply with legal loading limits established by the statutes of State or local regulations when moved over or operated on any traveled surface or structure unless permission in writing has been issued by the Owner's Representative. Before using any equipment which may exceed the legal loading, the Contractor shall secure a permit, allowing ample time for an analysis of stresses to determine whether or not the proposed loading is within safe limits. The Owner will not be responsible for any delay in construction operations or for any costs incurred by the Contractor as a result of compliance with the above requirements. Utilities ' a. The Contractor shall notify public and private utility companies which may have overhead or underground facilities in the area at least 48 hours before construction begins. Contractor must call Arkansas One -Call at 1-800-482-8998 for locating utilities. The Contractor shall make necessary arrangements for having these companies locate, protect, brace or move their facilities as may be necessary for construction of the improvements. Costs ' incurred due to the moving, bracing, or protection of utilities or in satisfying the requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately notify a responsible ' City of Fayetteville Dl -5(2) Sewer System Improvements ' I ' official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. ' c. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility companies or by him; or on account of any special construction methods required in prosecuting his work due to the existence of ' said appurtenances either in their present or relocated positions. d. The Drawings do not show all underground or above ground utilities. The ' information shown concerning utilities is based on information provided by the Utility Owner. This information is not guaranteed to be correct. 6. Accident Reporting a. Notification ' Accidents occurring on the job which damage public or private property, or result in injury to workers or other persons, shall be promptly reported to the Police Department. b. Utilities ' Accidents involving utilities shall also be reported to them. This applies to all accidents, including, but not limited to, traffic accidents, broken pipe lines, ' power and telephone facilities and damage to adjacent properties. 7. Confined Space Entry The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1910, Permit -Required Confined Spaces for General Industry shall be the minimum governing requirements for confined space entry. B. Measurement and Payment No Contract Prices are established for Control of Construction Site. 1 END OF SECTION DI -5 DI -5(3) City of Fayetteville Sewer System Improvements r i n D1-6 MEASUREMENT AND PAYMENT iA. General ' The Contract price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all equipment and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Agreement shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the Contract prices. I. Estimated Quantities Quantities stipulated in the Bid Form or Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ ' from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefore. 2. Measurements and Payments Payments will be made in accordance with the General Conditions for actual quantities constructed or installed in accordance with the Contract Documents, be they more or less than the listed quantities; said quantities being measured as hereinafter specified. 3. Items Not Listed In Contract There shall be no measurement or separate payment for any items not listed in the Contract and all costs pertaining thereto shall be included in the contract unit prices for other items listed. 1 END OF SECTION D1-6 I D1 -6(l) City of Fayetteville Sewer System Improvements I ID1-7 MANHOLE TESTING IA. General 1. Scope IThis section describes manhole testing to effectively confirm the watertight integrity of new manholes and existing manholes following infiltration related repairs and inflow related repairs. 2. Description a. Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. b. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. 3. Testing, Observations and Guarantee Period ,� a. The testing required shall be performed by the Contractor at all rehabilitated and new manholes and documented to the satisfaction of the Engineer. I rj I B. I L I b. Any rehabilitated manholes or new manholes that are observed to be leaking by the Engineer shall be subject to additional repairs and retested by the Contractor at no additional cost to the Owner. Materials Not specified. D1 -7(l) City of Fayetteville Sewer System Improvements I C. Execution Infiltration Testing a. All new and rehabilitated manholes shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible. b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop - connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 -inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H. (10"H - 9"H) (MI N:SEC) \DEPTH OF M.H. (DEPTH IN FT.) 48" M.H. 60" M.H. 72" M.H. 0 - 20' :40 :50 1:00 22' :44 :55 1:06 24' :48 1:00 1:12 26' :52 1:05 1:18 28' :56 1:10 1:24 30' 1:00 1:15 1:30 ADDITIONAL 2' DEPTHS -ADD FOR EACH 2' :04 :05 :06 I I I I 11 I I 11 I I 11 1 I U I City of Fayetteville Sewer System Improvements D 1-7(2) I c. Manhole vacuum levels observed to drop greater than I -inch of mercury (Final vacuum less than 9 inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs at no additional compensation for only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. 2. Inflow Testing a. All rehabilitated manholes and new manholes shall be dyed water tested. Manholes shall be dye water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten (10) minutes. b. Manholes observed to be actively leaking will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. The Contractor shall be 1 responsible for only those work items listed in the Manhole Rehabilitation Schedule, Section G. The manhole shall then be retested as described above until a successful test is made. 1 D. Measurement and Payment No contract unit prices are established for manhole testing. However, specific sections of 'the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. I END OF SECTION D1-7 I I I 111 I DI -7(3) City of Fayetteville Sewer System Improvements I i I A. [ii I I Dl -8 TRENCH SAFETY SYSTEM General This section describes the trench safety requirements for construction of sanitary sewers and appurtenances in accordance with the Contract Documents. 2. Description The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P -Excavations shall be the minimum governing requirements for trench safety. I 3. Trench Protection ' Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to the recommendations of the Occupational Safety and Health Administration Standards (OSHA) for construction. B. Materials Not Specified. C. Execution The apparent low bidder shall be required to submit a site specific trench safety plan prepared, sealed, signed, and dated by a professional engineer registered in the State of Arkansas. The trench safety plan shall specify the method or methods of trench safety to be used with specific information given for each so that it is clear what is required to meet governing requirements for trench safety. The submittal of the trench safety plan to the Owner and Engineer is for information only. The submittal of the trench safety plan in no way relieves the contractor from his responsibility for trench safety. I I D1 -8(l) City of Fayetteville Sewer System Improvements D. Measurement and Payment Payment for the trench safety system shall be at the Contract price per linear foot for trench safety systems installed in excavations for manhole replacements exceeding five feet in depth. Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structure. Payment will be made on the basis of ten (10) linear feet per manhole for all manholes where excavation depth over five feet is required, the actual length of trench over five feet actually utilized notwithstanding, and shall be full compensation for any subsurface investigations necessary for design, safety system design, labor, tools, materials, equipment, and incidentals necessary for the installation and removal of trench safety systems. I END OF SECTION Dl -8 I I I I r I I I i I I 1 City of Fayetteville DI -8(2) Sewer System Improvements I I I I I I I I I. I I H I I I I I I § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 Inches of bulwark. rail. coaming. or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (I) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30 -inch Ilfering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier. the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910. SS 1910.401-1910.441. of this chapter. 139 FR 22601. June 24. 1974. as amended at 42 FR 37674. July 22. 19771 § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacobs ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of §1926.605. means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P —Excavations AUTHORITY: Sec. 107. Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Sea. 4, 6, 6, Occupational Safety and Health Act of 1970 (29 U.S.C. 653. 655. 657): Secretary of Labor's Order No. 12-71 (36 FR 6751). 6-76 (41 FR 29 CFR Ch. XVII (7-1-99 Edition) 25059), or 9-63 (48 FR 35736). as applicable, and 29 CFR part 1911. SOURCE: 54 FR 45959. Oct. 31. 1969. unless otherwise noted. § 1926.650 Scope application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed. specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards In the surroundings, or working conditions which are unsan- itary. hazardous, or dangerous to em- ployees. and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 372 I I I r Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive. flammable, poisonous. corro- sive. oxidizing, irritating. oxygen defi- cient, toxic, or otherwise harmful. may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems. sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with §1926.652 (c)(3) or (c)(4)- Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure. and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 373 I I I I I I I I I I I I I 1 I I I I I I I Cl I I I I Ii I §1926.651 (measured at the bottom of the exca- vation). the excavation is also consid- ered to be a trench. Trench box. See Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or Interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. 51926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground Installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter. mined by safe and acceptable means. 29 CFR Ch. XVII (7-1-99 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected. supported or removed as nec- essary to safeguard employees. (c) Access and egress —(I) Structural ramps. (1) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (Iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 in) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial, (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain In the cabs of vehicles being loaded or un- loaded when the vehicles are equipped. In accordance with 51926.601(b)(6). to provide adequate protection for the op- erator during loading and unloading operations. 374 I I A Occupational Safety and Health Admin., Labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres --(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (I) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (I) Emergency rescue equipment, such as breathing apparatus. a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to It. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating. unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings. walls, or other structures is en- dangered by excavation operations. support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 375 I I I I I I I 1 I I I [J Cl in I I 1 I I I fl I I I Li I LI I §1926.652 expected to pose a hazard to employees shall not be permitted except when: (1) A support system, such as under- pinning. is provided to ensure the safe- ty of employees and the stability of the structure: or (ii) The excavation is in stable rock: or (ill) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. Q) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial: installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling Into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems. hazardous atmospheres, or other hazardous condi- tions. An Inspection shall be conducted by the competent person prior to the start of work and as needed throughout 29 CFR Ch. XVII (7-1-99 Edition) the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These In- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (I) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with §1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. 151 FR 45959, Oct. 31. 1939. as amended by 59 FR 40730. Aug. 9, 1994) 51926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee In an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (I) Excavations are made entirely in stable rock: or (i1) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tens. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be In accordance with the requirements of paragraph (b)(1): or. in the alternative. paragraph (b)(2): or. in the alternative, paragraph (b)(3). or, in the alternative, paragraph (b)(4). as follows: (I) 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 376 LJ I I Occupational Safety and Health Admin., labor (34 degrees measured from the hori- zontal). unless the employer uses one of the other options listed below. (if) Slopes specified in paragraph (b)(1)(i) of this section. shall be exca- vated to form configurations that are In accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) —Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems. shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3) —Designs using other tab- ulated data. (I) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the Jobsite during construction of the protective system. After that time the data may be stored off the Jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a registered professional engineer. (I) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall Include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular protect; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the Jobsite while the slope is being constructed. After that time the design need not be at the Jobsite, but a copy shall be made available to the Secretary upon re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or. in the alter- native. paragraph (c)(2): or, in the al- ternative, paragraph (c)(3): or, in the alternative. paragraph (c)(4) as follows: (I) Option (1) —Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section. but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2) —Designs Using Manufac- turer's Tabulated Data. (I) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications. recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications. recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (Iii) Manufacturer's specifications. recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the Jobsite during con- struction of the protective system. After that time this data may be stored off the Jobsite. but a copy shall 377 I I 1 1 I I I I I I I 1 1 I 1 I I I I I I I I I I I I I I I I I §1926.652 be made available to the Secretary upon request. (3) Option (3)-Des/tin using other tab- ulated data. (I) Designs of support sys- tems, shield systems. or other protec- tive systems shall be selected from and be in accordance with tabulated data. such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data: (C) Explanatory Information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data. which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite. but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (I) —Design by a registered pmlesslonal engineer. (I) Support sys- tems. shield systems. and other protec- tive systems not utilizing Option 1. Op- tion 2 or Option 3. above, shall be ap- proved by a registered professional en- gineer. (1i) Designs shall be In written form and shall include the following: (A) A plan indicating the sizes, types. and configurations of the materials to be used In the protective system: and (B) The identity of the registered professional engineer approving the de- sign. (fit) At least one copy of the design shall be maintained at the Jobsite dur- ing construction of the protective sys- tern. After that time, the design may be stored off the jobsite. but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man - 29 CFR Ch. XVII (7-1-99 Edition) ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port —(1) General. (1) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing. kickouts. or other predictable fail- ure. (ii) Support systems shall be In- stalled and removed in a manner that protects employees from cave-ins. structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads Imposed on the support system. (v) Removal shall begin at. and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any Indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfllling shall progress to- gether with the removal of support sys- terns from excavations. (2) Additional requirements for support systems for trench excavations. (I) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench. and M J I I Occupational Safety and Health Admin., Labor PL 1926, SubpL P. App. A there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(1) General. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled. removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted. but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P —SOIL CLASSIFICATION (a) Scope and application -U) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in §1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926. and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in §1926.652(c). and the use of the data is predicated on the use of the soil clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below are based on. in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System. The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS -121. Cemented soil means a soil in which the par- ticles are held together by a chemical agent. such as calcium carbonate, such that a hand - size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil). or soil with a high clay content. which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes. and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils Include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks. in an exposed surface. Granular soil means gravel, sand, or silt. (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped Into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al - tows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion. Is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 379 11 I C I I I I C1 I I I I I. I U 1 1 I I I I [1 I I I I I I I I PL 1926, SubpL P. App. A Soil cdasslfcarion system means, for the pur. pose or this subpart. a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock. Type A. Type B. and Type C. In decreasing order of stability. The car egorles are determined based on an analysis of the properties and performance character istics of the deposits and the environmental conditions of exposure. Stable sock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submeged soil means soil which Is under. water or Is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (up (111 kPa) or greater. Ex. amples of cohesive soils are: clay. silty clay. sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A If: (I) The soil is fissured; or (11) The soil is subject to vibration from heavy traffic, pile driving. or similar effects: or (111) The soil has been previously disturbed: or (Iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (1H: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 com- pressive strength greater than 0.5 tsf (1s kPa) but less than 1.5 tsf (144 kPa): or (Ii) Granular coheslonless soils including: angular gravel (similar to crushed rock). sllt, silt loam, sandy loam and. in some cases, silty clay loam and sandy clay loam. (111) Previously disturbed soils except those which would otherwise be classed as Type C soil. (Iv) Soil that meets the unconfined com- pressive strength or cementation require. menu for Type A. but is fissured or subject to vibration: or (v) Dry rock that is not stable: or (vi) Material that is pan of a sloped. lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:l V), but only if the material would otherwise be classified as Type B. Type C means: (I) Cohesive soil with an unconfined con. pressive strength of 0.5 of (48 kPa) or less: or (it) Granular soils Including gravel, sand. and loamy sand: or (111) Submerged soil or soil from which water is freely seeping; or (Iv) Submerged rock that is not stable. or 29 CFR Ch, XVII (7-1-99 Edition) (v) Material in a sloped. layered system where the layers dip Into the excavation mr a slope of four horizontal to one vertical (IH:IV) or steeper. Unconfined compreesshe strength means the load per unit area at which a soil will fall in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer. by thumb penetra- tion tests. and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co heslve properties when wet. (c) Requfeatentr—(1) Classification of sell and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock. Type A. Type B. or Type C in accordance with the deflnitlons set forth to paragraph (b) of this appendix. (2) Basis of rlassf leaden. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shill be con- ducted by a competent person using tests de scribed in paragraph (d) below. or in other recognized methods of soil classification and testing such as those adopted by the Amer. Ica Society for Testing Materials, or the U.S. Department of Agriculture textural class!' fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to Identify properly the properties. factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) RedassilicatIon. If. after classifying a de- posit. the properties, factors. or condition affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests. —(1) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja. cent to the excavation, the soil forming the sides of the open excavation. and the soil taken as samples from excavated material. (I) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 380 I I 11 I Occupational Safety and Health Admin., Labor PL 1926, Subpt. P, App. B material Is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spails are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previoµsly dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the deggree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (I) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as ¼-inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two Inch (50 mm) length of K -inch thread can be held on one end without tear - ins. the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel. sand. or silt). If the soil is dry and falls into clumps which break up Into smaller clumps, but the smaller clumps can only be broken up with difficulty. It may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with dimculty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (ii() Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard 381 designation D2166 —"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb: how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying rest. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures. unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one Inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P —SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in 51926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave -In is imminent or is likely I I I I I I I I I I C1 1 LI I I I [1 I I I I I I [1 I I I I I C I Pt. 1926, Subpt. P. App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation: the spoiling of ma- terial from the face of an excavation: and ravelling. I.e.. small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins- and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short tens erposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requiremrnts—(I) Soil c/ass/ficat/on Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XVII (7-1-99 Edition) () Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B -I of this appendix. (1) Actual slope. (I) The actual slope shall not be steeper than the maximum allowable slope. (II) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least vi horizontal to one vertical (VLH:IV) less steep than the maximum allowable slope. (61) When surcharge loads from stored ma- terial or equipment, operating equipment. or traffic are present. a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with S 1926.651(1). (a) Conl)guratbmr. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MATIMUM ALLOWABLE SLOPES(M:Y)(h FOR EXCAVATIONS LESS THAN ZOFEET STABLE ROCK VERTICAL (90') TYPE A Ill 3/d : 1 (53')) TYPE C 1:1 (a5 TYPE C ly:l NOTES: 1. Numbers shown In parentheses next to maximum allowable slopes are angles expressed in degrees from the horirortat Angles hale been rounded off. 2. A abort -ten smuts allowable slope of 1/28:1V (63') is allowed in excavation In Type A soil that are 12 feet (3.67 a) or less In depth. Short -tern aaxiaua allowable slope* for excavations greater thso 12 feet (3.67 a) is depth shall be 3/4H:IY ($3'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a regtsteed professional engineer. 382 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. S Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made 1n Type A sail. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 44:1. T x. �l 7/4 SAME SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of 44:1. 12' Hax. A 1 1/2 SAMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of Y. to I and maximum bench dimensions as follows: Kc 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 Pt. 1926, Subpt. P. App. B 20' Max. Max. 4' Max. 29 CFR Ch. XVII (7-1-99 Edition) SIMPLE Bwoi MULTI F .. B 940 3. All excavations a feet or less in depth which have unsupported vertically sided lower por. Lions shall have a maximum vertical side of 3K feet. A' BI Max. 3/4 p' Max. UNStIPE01 l D VER11CALLY SIDED LOWER PWnattiM,txaalM a Err IN DEPTh All excavations more than 8 feet but not more than 12 feet In depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 3N feet. 384 [1 I I 1 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. B UNSUPPORTED VERTICALLY SIDED LOWER PORDON—MAMMIIM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of i9:1. The support or shield sys- tem must extend at least 18 Inches above the top of the vertical side. $upport or shields stem I 1 20' Max. 3/4 18" Min. ' Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTTc 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under S 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of I:I. //1:1i I t SIMPLE SIDPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: I 385 1 I I Pt. 1926, Subpt. P. App. B 29 CFR Ch. XVII (7-1-99 Edition) 7\ This bench allowed in cohesive soil only. 20'I Max A 1 Max. SINGLE BENCH This bench allowed in cohesive soil only i IO' Max. _Maser / 1 4' I Max. e i Mtn.TlPLE BENCR 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 16 inches above the top of the vertical side. All such excavations shall hove a maximum allowable slope of 1:1. Support or shield system 20' •l r 1 8" Hin. Total height of vertical side vlurrl CALIJY SlDEl) LOWER PognION 1. All other sloped excavations shall be in accordance with the other options permitted in S 1926.652(b). Occupational Safety and Health Admin., Labor PL 1926, Subpl P. App. B B-1.3 EXCAVATIONS MADE IN TYPE C Son. 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1M:l. In �t 15 SIMPLE SWPE 2. AL excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1½:1. Support or shield system zo' wx. �l 18" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in S 1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less In depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 1 1 i 1 Pt. 1926, Subpt. P. App. B 29 CFR Ch. XVII (7-1-99 Edition) 1 , �t AAt ]/c R OVER A 1 c t A/it ]/t C OVER A 1 1l C 1 at t ' COVERa 1 1 1 368 1 1 Occupational Safety and Health Admin., Labor PL 1926, Subpt. P. App. C B �1 A OVER B E zli A OVER C c I 15 B OVLR C 2. All other sloped excavations shall be in accordance with the other options permitted in 51926.652(b). APPENDIX C TO SUBPART P —TIMBER (b) Soil Classtl7ca don. In order to use the SHORING FOR TRENCHES data presented in this appendix, the soil type or types in which the excavation is made (a) Scope. This appendix contains informa- must first be determined using the soil clas- tion that can be used timber shoring Is pro- sifcation method set forth in appendix A of vided as a method of protection from cave- subpart P of this part. ins in trenches that do not exceed 20 feet (6.1 (c) Presentation of Information. Information m) in depth. This appendix must be used is presented in several forms as follows: when design of timber shoring protective (1) Information is presented in tabular systems is to be performed in accordance form in Tables C -I.1. C-1.2, and C-1.3, and Ta- with 51926.652(c)(1). Other timber shoring bles C-2.1. C-2.2 and C-2.3 following pain - configurations: other systems of support graph (g) of the appendix. Each table pre - such as hydraulic and pneumatic systems: sents the minimum sizes of timber members and other protective systems such as slop- to use in a shoring system, and each table ing. benching, shielding, and freezing sys- contains data only for the particular soil tems must be designed in accordance with type in which the excavation or portion of the requirements set forth in 51926.652(b) and 5 1926.652(c). 1 1 1 I 1 I 1 I I 1 I I I I I I I I I I I I I I I I LI PL 1926, Subpl. P. App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se• lect from among several acceptable configu- rations or members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data Is presented in paragraph (d) of this appen- ds. and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix Cl) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (3) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables C-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data. —(1) Di- mensions of timber members. (i) The sizes of the timber members listed in Tables C-l.l through C -I.3 are taken from the National Bureau of Standards (NBS) report. "Rec. onunended Technical Provisions for Con- stnzction Practice in Shoring and Sloping of Trenches and Excavations." in addition. ..here NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the nem- ben listed in Tables C -I.1 through C -l.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3. or have this choice under S1926.652(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 Ls not in- tended that the timber shoring specification apply to every situation that may be experi- enced In the Weld. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data In this appendix must be designed as specified in S 1926.652(c). (II) When any of the following conditions are present. the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with 51926.652. ) When loads imposed by structures or by stored material adjacent to the trench a. eigh 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 or the trench. 29 CFR Ch. XVII (7-1-99 Edition) (d) When vertical loads imposed on cross braces exceed a 240 -pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (I)) When only the lower portion of a trench Is shored and the remaining portion of the trench Is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical: or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fled for use In different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined In accordance with the soil classifica- tion system described in appendix A to sub- part p or part 1926. Using the appropriate table, the selection of the size and spacing of the members Is then made. The selection is based on the depth and width of the trench where the members are to be installed and, In most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type. the width and depth of the trench. and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces. the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the am propriate table. (I) Examples to Illustrate the Use of Tables C- 1.1 through C -I S. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C -I.!. for acceptable arrange - menu of timber can be used. Arrangement IBI Space 1x1 crossbraces at six feet horl. zontally and four feet vertically. Wales are not required. Space 3,4 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement /B2 Span 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Span 84 wales at four feet vertically. 390 d I I I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C Space 2x6 uprights at four feet hori- zontally. Arrangement IB3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 840 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement IB4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 34 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement IB1 Space 64 crossbraces at six feet hori- zontally and five feet vertically. Space 84 wales at five feet vertically. Space 24 uprights at two feet hori- zontally. Arrangement IB2 Space 64 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x10 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement I83 Space 84 crossbraces at 10 feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Space 24 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement IBl Space 84 crossbraces at six feet hori- zontally and five feet vertically. Space 2042 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 IB2 Space 840 crossbraces at eight feet hori- zontally and five feet vertically. 391 Space 12x12 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8xlo crossbraces at six feet hori- zontally and five feet vertically. Space 12x12 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables C -2.l through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c). "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g.. tongue and groove) at least three inches thick, steel sheet piling. or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing Indicated is measured center to center. 4. Wales to be Installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet. uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or In combination with timber crossbraces. 7. Placement cf crossbraces. When the vertical spacing of crossbraces is four feet. place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. I I I I I I I I I I I I I L_: PL 1926, Subpl. P. App. C 29 CFR Ch. XVII (7-1-99 Edition) U N a 7 •a IC L C. N It 6 2 W PC O W Wt Cs jJ .5 w • g • M c •t ✓ • M a l a W y Y O H i0W N • • • _ • 1 •-t C Y � YY a W Cs - a •- ✓ w 'a— N✓ M C Z V 1 y o O Y O Z O Y O O O •O O i ~ w O.. Y S Ca a-.-..♦ as y atW W{W _ _ fSc _ _ _ _ _ C _il S S ia-- >Y N Y M -C O O 7 n b IC •o C O •C e N O •p C ~ _ C. • O cM C- o C. W W W W a e i O C. J •C •a •C •C .C •C •o •C •a •a n n C •C C n O a C n C�• S < Y i •P.. G. W a• J rO •- N CI.) It CIA. L L W Q W O- ,L- O YV O Y - •• -a Y FO Y 7 St a PC Y P4 • C PC O p •[ PC PC n •C C N N V PC C N CC O IC o PC w - .f Y IC II C Y a O 10 IC M a C IC R 10 C PC n C PC •O C PC C C N C - 10 a C 10 e IC a •C •o C O l0 O i Y s O Y f Y IC Y PC w f .• n x n PC C n C .+ r wY OV W L w Mc --0 O O O O O O O O O O W f - H f W Y f F F f F Ofta S s✓ O a. J o..- J a— J a. J aa--a-- J J -C O IC J m Y J J Y J W N _Y a W OmW W W in g O •- O O ^ F N O O .-• .- N ••• O Kt 1-✓ 392 I I I [1 Occupational Safety and Health Admin., Labor Pl. 1926, Subpt P. App. C f$MWL ` V Y W K N o a Ia W YKp F N � U Y •wA K S l V a QF N 6 Ia HO V U �Na O N M N y _ K V N N N 6 4F sQt j N X N N K N F C tl Y n N FMF v y IC O O r O N H N2 m m �+ •+ % K X M % X K f{ % V � pG6V N N N N N N N N SN Ort N K X K N Mm! O M m m m m e m m r ti I. b n e m m m m N ~ m m .. X V K '0 X V K tl K tl K m % O o O o '0a V .Ko N u14 V m m 0 3 a d b u V N b 0 0 �tl � Qo �tl �m � �•Y mu >� Y a u� V ygm yo x �. U F 40 [1 4y1 `P 0 4 N O 9 O Y p N .Ni F 393 I I I I I I I I I L I I I PL 1926, Subpt. P. App. C 29 CFR Ch. XVII (7-1-99 Edition) 1 2 .- Ut. ' r N ry -o a.Y 1: \ q N N N N n O Y I. V •Ct 4 w Fw a Y v M • ♦/ \ Y Y— H�O ry ry ry ry rvI♦ M1 M1 M1 N ry a • o ry ry V u A 1 i Y\ ♦i ♦ tV�5- n .n w r Y, • < Z i �N • Y �♦ Y e O O a a O .4 S a e O e ^ O Y Y C I- c c o 4 a -. «<• F U V W } V}yy�� OO 1 a_ Y •�' N O g O Y 0 Y CO Q 0 o 0 0 3' i Q a e e o o e I. 4 aY �• Y S. a F e e O 0 O O ft"" o Y • 0 e e o b 0 u a O Y • ZMU C • a . uu.. "5. . U t ".• Re �0 • •4u MJ �Y C 41 Y uu• Yy S S mm O S 4 4 sOaC Y1 O O^ 2?' u - h ,O" 1.30 O V F Y O ry ' 394 I Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. C N ti 0 K u N O O 0 0 o a a i a a M O F Z O 0 y K K F W Y V V 0 O < N J to K K K V J J J -4. • CO no e Kr. K V 0 O i K Y • { LI y N CI a Z 4 O V • O M J J CV 00 -or OP N u.ctsx.zs V V ZKO a a J J V V e y N O ,.I p V •U r • K O • V qK OP a. M OP O 0 OP 0 0 0 0 �. on ZC ZK 0 0 ZK 0 f-. C• F V m 0 b m 0 0 • • sa _ Lys P Ii al y N Z u N n F 9 C I- y J a V V J V J a V J J = ,.p.p..a •uy 0C In {<. O V 0 .O .O 0 J .O .O V 0 0 C. - Y On F K K K K K K K K K K 0 K 9 N 6 V V 0 V .O .O .O V N .O .O a F041 = Y • L U OK • Y N • i? V 0 0 0 0 J 0 .O 0 0 0 0 -4 a a N N b tO N K 6 .KO N tO N u j o O < N 7 J H o J K a K o K e K a K m K m K m K ,O K o K .e K u K 0. Vxo << i C 0 y V V V V V J 0 0 0 0 0 0 N O N d N ! O O D F O V V 0 0 a 0 - 0 0 0 0 F N U a a a a a a X0 K K V N V .KO Y9 O V J V 0'0 J 0 0 0 0 0 0 0 J K K K K K K K K K K K K .4k 0. J J J a J V 0 0 0 0 0 0 r J J - u � • u •• p 9 p p p p 2 F p 9 p p p p 'n HF F F F F F F F F Z ]C on 0 0 0 0 O ry 0 0 O Oy O ^ ^ � a. W =Nv 'J Y N •R O R Ky O O p ZG G n O F rn 00 Y F V 395 PL 1926, Subpt. P. App. C P. 29 CFR Ch. XVII (7-1-99 Edition) Y• N Y N V 4. 6 N V O M J N Y n O O y M% Y Y I...a a O- O O O M Y Y W IO a a Vu1 J N a a V Y ( ♦+ ♦•♦ n J J J • V WI f Z • - Y Y -, n n n n♦ •/♦ _,n ` 6 N> NZ O O N O M N o •r- O O _ Y _ _ r _ N a m C e e O C O r. S. - V W n n n n +♦ +♦ n n uar S N n a N e e Y o 0 o e •u - a u a 0 0 0 o e O •% N J C 'O Y O O O C C •^ Yo o 14 C C • •K 0 b 'CC a o� ~P • S S Q Y W ♦t !t % % Y % % V •O •e •e '0 C V •O O I. C •0 N C •O O O C C C J J V V O C '0N O u a a a a N C Y o a 6 M Y K W N Y M Y N J V J a •O O V '0V C _ W M 10+ r p I.r Y R p M p N �• YYC a C O e a eO • ♦0 C O_ e _ EJ x.._• y N2 M NV J S J N2 O J J S J J NL ZO W W Oi5 W W n O a a a h r O ry O f F F M O 'MI Occupational Safety and Health Admin., Labor PL 1926, Subpt P. App. D T Ia V M 6 N < N "I"-' S N yyy K rlv J < u N J N V �$( 0 PC K K K ' m 1" V V V ♦ 1 V It Is S011 W ,,, N11% N N N N "-I.- - W o Cl 0 Cl N jC 0 0 0 0 f C _ _ Y C- 0 W< N N •1' N N YIn C •' 0 0 a 0 0v.( 6u 10 0 0 0 0 b O N 0 0 0 0 0 C m 0 0 q 0 0 H a 'C 0 0 m o a H W N 0 0 0 0 a. K u u m m 0 M % K K K K K 0 .0 0 '0 0 0 — F N F F u F N — -e .n — r y 1+ W K O W 0 0 • 0 Y • '0 • Cl Y W O<h -4 YY Ito (JO Ito YY Y a S0.%0. 0. a. YO6 P. 00 YO VO p. Y .O 0O V 0 0 0 0Z 0 0 0Z NS J toz N n O1 N N SI N 0 0.Y r .Ni N >,•1 F 0 APPENDIX D TO SUBPART P —ALUMINUM HYDRAULIC SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used when aluminum hy- draulic shoring is provided as a method of protection against cave-ins in trenches that do not exceed 20 feet (6.Im) In depth. This ap- pendix must be used when design of the alu- minum hydraulic protective system cannot be performed in accordance with 41926-652(c)(2). (b) Soil Classl6cation. In order to use data presented in this appendix. the soil type or types in which the excavation Is made must I I I I I I J I I I I I I I I I I PL 1926, Subpt. P. App. D first be determined using the soil classifica- tion method set forth In appendix A of sub - pan P of part 1926. (c) Presentation of information. Information Is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1. D-1.2. D-1.3 and E-1.1. 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. Tables D-1.3 and DI.s are for horizontal wafer 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) or this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information Illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re. garding Table D -1.l through D-1.1 are pre. sented in paragraph (g) of this appendix. (G) Figures. Illustrating typical installa- tions of hydraulic shoring. are included Just prior to the Tables. The Illustrations page is entitled Aluminum Hydraulic Shoring: Typical Installations.'' (d) Basis and limitations of the data. (I) Vertical shore rails and horizontal wales are those that meet the Section Mod- ulus requirements in the D-1 Tables. Aln. minum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 2 - Inch cylinders shall be a minimum 2 -Inch in. side diameter with a minimum safe working capacity or no less than 16.000 pounds axial compressive load at maximum extension, Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (11) 3 -inch cylinders shall be a minimum 3. Inch Inside diameter with a safe working ca• pacity of not less than 30.000 pounds axial compressive load at extensions as rec ommended by product manufacturer. (3) Limitation of application. (1) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly expert. enced in current trenching practice. Shoring systems for use In situations that are not covered by the data in this appendix must be otherwise designed as specified in S 1926,552(c). (ii) When any of the following conditions ore present, the members specified in the To. 29 CFR Ch. XVII (7-1-99 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with S 1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads an present from equipment weighing in excess of 20.000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical: or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D -1.I, D-1.2, D-l.J and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables fl -I,! 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 sails that always require sleeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- cordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the member 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 wafer system tables, and in the vertical shore tables, the hydrau. lic cylinder horizontal spacing 1s the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: Cl) Example I: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 Inch diameter cylinders spaced a feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures I & 3 for typical Installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting. 13 feet deep and 5 feet wide. From Table D -t.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures I & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 398 I I I [1 Occupational Safety and Health Admin., Labor Pl. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find veotical shores and 2 Inch diameter cylinder (with special oversleeves as designated by footnote 482) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically. plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 Inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 342 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil. 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 Inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or. find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. horl- zo:rtally. Both wales are spaced 4 feet o.c. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) Footnotes, and general notes, for Tables D-l.l. D -I.2, D-1.3. and D-14. (1) For applications other than those listed in the tables, refer to S 1926.652(c) (2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet. refer to 51926.652(c) (2) and § 1926.652(c) (3). (2) 2 Inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.5x0. 1875) oversleeves, or structural oversleeves of manufacturers specification, extending the full. collapsed length. (3) Hydraulic cylinders capacities. (i) 2 inch cylinders shall be a minimum 2 -inch in- side diameter with a safe working capacity of not less than 18.000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3 -Inch cylinders shall be a minimum 3 - Inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing Indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick. 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D. Item (d). for basis and limitations of the data. 399 I I I I I I I I I I I I El I 1 PL 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-99 Edition) ' ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FAIRE NOe } e4A tDCralCISGgCAUCCHCYLICCiLICCfCIr IMIIIICAL MAILIAYLIC C1LIIfCC Lr MI11Y000YIIIICSIaCIC1aMr1SPICIt' Nataas,, . f 1GURE NO. 3 FIGURE NO. 4 AV ICY Y,rAr AILi•wAw wYWLCwOIw YrMlall ws,� ♦4 WYSnNIy INa CIIMG tn.G\ In"CV \♦♦' NOIUOPIAL IPACl6 O♦ ♦ wW r4 A1 b P♦MUYI IC CllllCal Illrical Mall }Mll. CRIIPGa fPIC1P{ YA CIf MAYLIC b 11If MM YIAC I I rAC INSNS 4• MAC. ♦ w 1 I 400 1 Occupational Safety and Health Admin., Labor PL 1926, Subpt. P. App. D 401 I [] I I Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-99 Edition) I I I I I I I I I 0 m < 0 Q N < 0 0 0 ❑Z C o zJ o a Zf z C V ❑K 7 � F< Z a N 0 Z OFD ? X00 e.� C lu °p fl < W 0 v vii I 0 ^ O 0 0 �? O'' �r N H ❑ .. ? 0 0 O 0 O 402 Occupational Safety and Health Admin., Labor Pt 1926, Subpt. P. App rK' [ | | )$ [ \ ' I } 2§° I [ §| - z -z im - C- C- Cfl C- C- C- C- )�,00 )�(\,\d (_. k IE,A & \ \! \ \ k (§ !� §l�0000 � `� _ ( ( §| - ! _ & ! ! - § /! -a §) _ _ : : ; ; = 2 ( § % ) ( \©2- ^ / §`" [ \ 0 E®} 403 PL 1926, Subpl. P. App. D 29 CFR Ch. XVII (7-1-99 Edition) I I p�Ej{ f^JE Z NF` Y M n y s z -. z z z b z z g < n n n n n n n n n C. o •C n l� o C 0 a h 0 e n V1 00 vt .j z a ^ o F qpj Tp je. z ztu z N z z i� Cl — — a - QNs 2 z n N z n n N n n V J O J mz > 0C o .. o o n o r o 0 = 3 i z -. z z ._ z z z m ova N N n Cl n n N n n so 4< o 'ae n c o O flO h e n0 r . 0 z z5 - noon 00 _ .. 0 0 :2 n� 3 u W o (Weau5 y, o _ LY(O o ip'r - 'rf 0 pp2�1 � O ' O- J O- j o APPENDIX E m SUBPART P -ALTERNATIVES TO Th.mER SNauNc ugi Occupational Safety and Health Admin., Labor PL 1926, Subpt P. App. E Figure 1. Aluminum Hydraulic Shoring 18" M YE RI SPAC 41 MA RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring JI h ,r nhI PL 1926, SubpL P. App. F Fiswre J. Trench Jacks (Screw Jacks) Figure 4. Trench Shields 29 CFR Ch. XVII (7-1-99 Edition) APPENDIX F To SUBPART P-SFIECnm of PRmECITVE SYSIT G The following figures are a graphic summary of the requirements contained in subpart P for excavations 20 feet or less in depth. Protective systems for use in excavations more than 20 feet in depth must be designed by a registered profes- sional engineer in accordance with S 1926.652 (b) and (c). Occupational Safety and Health Admin., Labor Is the excavation more 'Chan S feet'in depth? Is there potential for cave-in? Excavation may. be made with vertical sides. Excavation must be sloped, shored, or shielded. Go to Figure 2 PL 1926, Subpt. P, App. F Is the excavation entirely in stable rock? lding Go to Pigure 3 FIGURE 1 - PRELIMINARY DECISIONS 407 I 1 1 1 Pt 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-99 Edition) I Sloping selected as the method of protection Will soil cl usi[iution be made in accordance with 31926.652 (b)? 1 YES NO Excavation must comply with Excavations must comply one of the following three vitb$1926.652 (b)(1) which options: requires a slope of l�R:IY (3.a). ' Option 1: 31926.652 (b)(2) Mich requires Appendices A and g to be followed 1 Option 2: ' 31926.652 (b)(3) which requires other tabulated data (see definition) to be followed. ' FIGURE 2 - SLOPING OPTIONS Option 3: 51926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. 1 408 I. 1 I 1 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F ' Shoring or shielding selected ' as themethod of protection. Soil classification is required when shoring or shielding is used. -The excavation must comply with one of the following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). , Option 2 (1926.652 (e)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 $1926,652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 51926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 -'SHORING AND SHIELDING OPTIONS 1 409 ' i I I H I I H I I I I I I I C I DIVISION 2 - SITE WORK SECTION D2 1 TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 2 SITE WORK Section Subject D2-1 SITE PREPARATION D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS AND INSTALLATION OF WATERTIGHT INSERTS D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH D2-7 MANHOLE GROUTING D2-8 INTERIOR MANHOLE COATING (STRONG SEAL SYSTEM) D2 -8A INTERIOR MANHOLE COATING (QUADEX SYSTEM) D2 -8B INTERIOR MANHOLE COATING (RAVEN LINING SYSTEM) D2-9 EXCAVATION D2-10 BACKFILL D2-11 SANITARY SEWER REPAIRS D2-12 CURED -IN -PLACE PIPE• D2-13 SANITARY SEWER CONSTRUCTION• D2-14 CONCRETE STRUCTURES D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS• D2-16 WATER DISTRIBUTION SYSTEM' D2-17 RESTORATION * Not included in this contract. J D2-1 SITE PREPARATION IA. General ' 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. B. Materials Not specified C. Execution I I. General ' Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a lawful manner off the work site. ' 2. Surface Obstructions a. Saw cut obstructions in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the joint or line of cut be less than one foot outside the edge of the trench. Reconstruct surface obstructions removed to permit construction as specified and to the dimensions, lines and grades of original construction. Restore damaged utilities as required by the utility company at no additional cost to the Owner. b. Protect, move, or brace public and private utilities as specified in Section DI -5. D2 -1(I) City of Fayetteville Sewer System Improvements I c. Maintain mailboxes in the manner that the Postal Service requires in order to prevent interruption of mail delivery. d. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the Owner and the Owner's Representative must be obtained before the existing landscaping is removed. 1) Trees All trees shall be saved unless removal is approved by the Owner and the Owner's Representative. Trim trees in accordance with the Owner's instructions. I 1 I I 2) Shrubbery I Shrubbery shall be saved unless removal is approved by the Owner and the Owner's Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3) Small Plants and Flowers At least two weeks prior to the start of construction notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights -of -way or as may be allowed for in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. I I 1 I L I I I I City of Fayetteville D2-1(2) Sewer System Improvements I 11 I I I I I I I U I I .1 H I L) I I Private Sewer Facilities Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not shown on the Plans. When these facilities are disturbed or damaged by the work, make necessary repairs to the facilities to maintain continuous service prior to the close of the work day at no additional cost to the Owner. g. Property Pins Preserve property comers, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the contractor's expense and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section comers or Federal land comers, they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites for construction supplies and insofar as practicable, keep free from stockpiles or excavated materials. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. Excavate, install pipeline and backfill in the vicinity of such utilities in the manner required by the respective Owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. b. Protect, move, or brace public and private utilities as specified in Section Dl -5. c. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. D2-1(3) City of Fayetteville Sewer System Improvements D. Measurement and Payment No contract prices are established for Site Preparation. END OF SECTION D2-1 City of Fayetteville D2-1(4) Sewer System Improvements I D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS AND INSTALLATION OF WATERTIGHT INSERTS ' A. General 1. Description This Section describes replacement of manhole frames and covers and the installation of watertight manhole inserts. Manholes designated for replacement of frames and covers are listed on the Manhole Rehabilitation Schedule in Section G. iB. Materials Frames a. Frame material shall be cast iron, gray iron or ductile iron conforming to ASTM A 48-83, Class 35 or better. The frame shall exhibit a tensile strength of not less than 35,000 psi. b. Frames for standard manholes shall be Deeter 1266, or approved equal. c. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. ' 2. Covers a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have concealed pick holes and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48-83, Class 35 or better, for Gray Iron. The cover shall have a tensile strength of 35,000 psi. b. A typical standard manhole cover design shall be Deeter 1266 or approved equal. c. Covers shall set flush with the rim of the frame and shall have no larger than a 1/8 -inch gap between the frame and cover. d. Bearing surfaces shall be machine finished. D2-2(1) City of Fayetteville Sewer System Improvements IJ Watertight Manhole Inserts I This standard covers the furnishing and installation of watertight gasketed manhole inserts in the sanitary sewer collection system. a. Materials and Design (Poly Insert) 1) The manhole insert shall be of corrosion -proof high density polyethylene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III with a minimum impact brittleness temperature of -180°F. 2) The minimum thickness of the manhole insert shall be 3/16". I 3) The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unravelling, Stainless steel hardware shall be used to securely attach strap to the insert. 4) The manhole insert shall have one or more vent holes or valves to release gases and allow water inflow at a rate no greater than 5 gallons per 24 hours. The valve shall be installed by the manufacturer at the factory. 5) There shall be a minimum 5 -year warranty on all parts of the insert. 6) The insert shall have proof of durability in traffic impact loads and shall have an Engineer certified proof test passing 11-20 loading. b. Materials (Stainless Steel) 1) Stainless steel inserts shall be installed at locations with pipe size I diameters of outfalls greater than 15 inches and as directed by the Engineer. 2) Stainless steel inserts shall be TETHERLOK stainless steel Ramstopper by Southwestern Packing and Seals, Inc., or approved equivalent. 3) Insert shall be 304 stainless steel. c. Installation 1) The manhole frame shall be cleaned of all dirt and debris before I placing the manhole insert on the rim. p City of Fayetteville D2-2(2) Sewer System Improvements I ' 2) The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. 3) Manhole inserts shall be furnished and installed in all manholes that do not presently have a watertight insert as determined by the Engineer and Contractor. They shall also be installed at all complete or partial replacement manholes, and at other manholes designated by the Engineer. Manhole inserts shall be installed in manholes with pipe diameters measuring 15 inches and smaller. 4. Bolts for Bolt Down Covers a. Materials and Design 1) The bolts for bolt down covers shall be ASTM A325 or better. They shall meet the manufacturer's recommendations as replacement bolts for the existing frame and cover. ' b. Installation 1) The bolts shall be installed as per the manufacturer's recommendations for the required f /lbs of torque for tightening. M 2) All existing female bolt threads shall be thoroughly cleaned and those deemed as deteriorated and unusable by the Engineer shall be re -threaded. 3) All gaskets encountered on bolt down covers shall be replaced. There will be no separate pay item for gaskets. 4) The payment for replacement of bolts for bolt down covers shall include materials, labor and equipment for complete installation and be paid for per each cover. If the existing bolt down frame and cover is determined to be insufficient and cannot be reused, the Contractor shall notify the Engineer. IC. Execution 1. The contractor shall be responsible for supplying the required material for the replacement of manhole frames and covers, including the unloading, temporary storage, and transporting of the materials. I D2-2(3) City of Fayetteville Sewer System Improvements I 2. The replacement manhole frame shall be compatible with the replacement manhole cover specified insuring a water resistant seal between frame and cover. 3. Seal replacement frames to the existing manhole in accordance with Section D2-4. I 4. Manhole frames that are observed to be cracked, broken, pitted, or contain gaps in the bearing surface preventing a water resistant seal shall be replaced. 5. Remove scrap frames and covers from site. 6. Contractor shall clean the existing bolt holes and re -tab if necessary. 7. The replacement manhole cover bolts shall be compatible with the existing waterproof manhole cover and frame insuring a water-resistant seal between frame and cover. a Manhole cover bolts found to be missing but not indicated on the Manhole Rehabilitation Schedule shall be replaced in accordance with this Section, if authorized by the City. 9. Manhole frames or covers that are observed to be defective or contain defective threads preventing a water-resistant seal shall be replaced in accordance with this Section, or Section D2-3 and Section D2-4. 10. Contractor shall make the manhole lid gasket available to the Resident Engineer for inspection , and if found to be defective by the Engineer, the gasket shall be replaced by the Contractor. D. Measurement and Payment 1. Payment shall be based on the Contract Unit Price per manhole frame and cover or manhole bolts replaced and shall be for material only. Payment for sealing of the manhole frame and surface restoration shall be paid for in accordance with Section D2-4. Payment for replacement of the manhole cover, frame, or bolts not indicated on the Manhole Rehabilitation Schedule, but authorized to be replaced by the City, shall be paid for in accordance with this Section, or Section D2-3 and Section D2-4. No separate or additional payment will be made for any lid gaskets replaced. 2. Payment for Watertight Manhole Inserts shall be at the Contract Unit Price per each insert actually furnished and installed. I END OF SECTION D2-2 I City of Fayetteville D2-2(4) Sewer System Improvements I D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Description This section describes replacement of existing defective manhole frame grade adjustments and the installation of new adjustments where existing manholes must be raised. Manholes designated for replacement of frames arc listed on the Manhole Rehabilitation Schedule in Section G. Installation of new adjustments where existing manholes must be raised will be designated by the Engineer. Materials designated for shallow manhole construction are given on the Drawings. B. Materials I 1. Precast Concrete Adjustment Rings a. Precast concrete grade adjustment rings and flattops shall conform to the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades, non -uniform precast adjustment rings may be manufactured so that they are two -inches deep on one side and three -inches deep on the opposite side. In no instance may any non -uniform precast adjustment rings be less than two -inches thick or be of multiple piece construction. Adjustment rings of uniform thickness shall be at least two inches thick. b. The maximum height adjustment to be provided by precast concrete ' adjustment rings shall be 24 inches or less. c. The replacement precast grade adjustments shall provide a structural capacity equal to or greater than the existing or specified manhole frame, and shall not affect the opening size or surface appearance. d. Cracked or multiple piece precast concrete grade adjustment rings will not be accepted. e. Flattop Section shall have a 24 -inch diameter opening and the following minimum thickness: 1) 8 -inch in nontraffic areas for 48 -inch diameter manhole 2) 10 -inch in non -traffic areas for 60 -inch diameter I D2-3(1) City of Fayetteville Sewer System Improvements I 3) 10 -inch in traffic areas/design for H-20 loading I C. Execution I 1. Existing Grade Adjustment Rings a. Existing grade adjustment rings constructed of precast concrete may be reused provided they are not cracked and are in otherwise good condition. b. Existing frame grade adjustments that are constructed of brick, block, or materials other than precast concrete rings shall be replaced. 2. Seal frame and grade adjustments in accordance with Section D2-4. 3. Existing flattops found to be defective shall be replaced. 1 4. Seal flattops in accordance with Section D2-4. D. Measurement and Payment 1. Payment shall be made at the Contract Unit Price per vertical foot for new precast grade adjustments. This shall be for the cost of the new precast concrete adjustment material only. Payment for grade adjustments with a nonuniform depth shall be based on the average vertical depth dimension. All other material costs and labor costs shall be compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. 2. Payment will not include the height of joint material. 3. Existing adjustments that are reinstalled are not eligible for payment. I 4. Payment for sealing of the frame and grade adjustments shall be paid for in accordance with Section D2-4. 5. Payment for flattop replacement shall be at the Contract Unit Price per flattop replaced and shall include payment for sealing of the flattop in accordance with Section D2-4. END OF SECTION D2-3 City of Fayetteville D2-3(2) Sewer System Improvements I I ID2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Scope This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. Manholes designated for sealing of frame and grade adjustments are listed in the Manhole Rehabilitation Schedule in Section G. B. Materials I. Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS -S -210A. IThe material shall show no signs of deterioration for a period of 30 days when immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135F for a period of five days. Bitumastic Gasket Material shall be EZ-STIK or approved equal. Trowelable bitumastic material shall be GS -702 compound or equal. 2. Precast Grade Adjustments and Flattops shall be as specified in Section D2-3. 1 3. Concrete Bonding Agent Bonding agent shall be Acyrl #60 as manufactured by the Thuro-Seal Company or 1 equal. 4. Portland Cement Concrete As specified in Section D2-16. 5. Polyethylene Minimum thickness of 4 mils. I I 1• D2-4(1) City of Fayetteville Sewer System Improvements I C. Execution Excavation a. Nonpaved Areas Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 -inches below the top of the structurally sound structure. Limit excavation to a 6 -foot by 6 -foot work area. The sides of the trench shall not deviate from the vertical for more than 1/2 inch for each foot of depth. [1 I I I b. Paved Areas I Make a square or rectangular full depth sawcut and remove the pavement by breaking out from the sawcut toward the manhole to avoid breaking the frame. Do not use pavement breaking equipment in the sawcut. Frames broken during excavation shall be replaced at the Contractor's expense. Excavate the work area to expose the entire frame to a minimum depth of 6 -inches below the top of the structurally sound structure. L I 2. Sealing Procedure I a. Remove manhole frame from the manhole structure. Separate and observe the condition of the grade adjustments. If the grade adjustments are loose, deteriorated, broken, or show structural defects replace them in accordance with these Specifications. Replace adjustments that are constructed of brick, block, or materials other than precast concrete rings with precast concrete rings, or where necessary, and approved by the Owner's Representative, a precast flattop section. Precast concrete and rubber rings, or a precast concrete flattop sections will be the only adjustments allowed. b. In brick or block manholes where it is difficult to determine where grade adjustments and walls meet, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Owner's Representative prior to replacement of the grade adjustments or manhole frame. Existing brickwork, which is structurally satisfactory, if damaged by the Contractor shall be replaced at the Contractor's expense. c. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed with an application of a quick setting hydraulic cement to provide a smooth working surface as thin as possible. I I Li [] I r City of Fayetteville D2-4(2) Sewer System Improvements I L Id. If the inside diameter of the manhole is too large to safely support new adjustments or frame, then a flattop section shall be installed. I I I I I 1 I I I 1 I 1 I I I 1 e. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint material, minimum 1/2 inch thick, in two concentric rings along the inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Owner's Representative may be used to obtain final surface elevation of the manhole frame. I When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper grade, no more than 24 vertical inches may be used, unless approved by the Owner's Representative. g. Seal the rubber manhole adjusting ring to the precast concrete adjusting ring and the manhole frame as shown on the drawings. h. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be set as required by the Owner's Representative. k. On non -paved manholes, exterior surfaces of all exposed grade adjustments and four inches below sound structure shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame and grade adjustment. I D2-4(3) City of Fayetteville Sewer System Improvements I 3. Backfill I. a. Non -paved Excavated material subject to review of the Engineer shall be used for backfill and mechanically compacted following sealing of the frame and grade adjustments. Bentonite may be added to backfill at the Contractor's discretion. The level of the backfill shall be to one inch above the frame bottom with the removed topsoil being placed on top of the compacted impervious backfill prior to replacement of sod. b. Paved I Portland cement concrete (c.f. Section D2-17(4)) shall be used for backfill following sealing and testing of the frame and grade adjustments to prevent compaction of the joint material and extend to 6 inches below the top of structurally sound structure as shown on the Detail for Manhole Restoration. ' 4. Restoration Restore surfaces in accordance with Section D2-17. Grassed areas shall be M replaced with sod to match existing conditions. Pavement replacement shall match existing pavement material. Restoration of all surfaces will not be paid for separately. 5. Testing of Rehabilitated Frame and Grade Adjustment Seals. I Test rehabilitated frame and grade adjustment seals for watertightness in accordance with Section D1-7. D. Measurement and Payment Items listed below shall be paid for separately. Cost of all items not specifically listed for ' separate payment shall be considered incidental to the contract. 1. Non -paved frame and grade adjustment sealing. U. Paved frame and grade adjustment sealing. Flattop sections. I I City of Fayetteville D2-4(4) Sewer System Improvements I Unit Price for sealing frames and grade adjustments shall be eligible for 60 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete (less retainage if applicable). ' The Unit Price bid for these items shall include all labor and equipment necessary to complete the work described, including, but not limited to, sawcut, pavement removal, excavation, sealing of manhole frame and adjusting rings, backfill, testing, pavement I. repair, seed, and sod. The cost of grade adjustment materials shall be paid in accordance with Section D2-3. END OF SECTION D2-4 I [1 I 1 1 1 1 1 1 1 1 D2-4(5) City of Fayetteville Sewer System Improvements I D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES A. General 1. Description IThis section describes complete and partial replacement of manholes. B. Materials 1. Precast concrete manholes will be allowed for complete manhole replacements and precast concrete sections will be allowed for partial replacement of manholes. Manholes and sections shall conform to the requirements of ASTM C-478 and shall be as specified in Section D2-14. 2. Frames and covers shall be as specified in Section D2-2. 3. Exterior surfaces of manhole sections shall be coated with two mop coats of coal tar epoxy paint, Kop Coat "Bitumastic Black Solution", Tnemec, "46-450 Heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. 4. Opening for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall include a coupling with O -Ring Gasket, A-Lok, Presswedge, or equal. 5. Preformed and trowelable bitumastic joint sealants shall be EZ-STIK, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. 6. Backfill shall be in accordance with Section D2-10. 7. Rubber couplings shall be Non -Shear as manufactured by Mission Rubber Co., Fernco, DFW, or equivalent. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. Encase the joint with concrete a minimum distance of 12" each side of the coupling. Replacement pipe shall be of the same size as existing pipe. Pipe shall be Schedule 40 PVC • meeting ASTM D-3034 for 4 -inch pipe, SDR 26 PVC, meeting the requirements of ASTM D-3034 for pipes 6 inches through 15 inches in diameter, and of ASTM F-794 or ASTM F-679 for pipes 18 inches or larger in diameter. D2 -5(l) City of Fayetteville Sewer System Improvements 1 I C. Execution ' 1. Complete Manhole Replacement a. Manholes designated for complete replacement shall be completely reconstructed using cast -in -place or new precast concrete sections (c.f Section D2-14). The existing manhole structure shall be completely removed prior to installation of the new structure. b. The Contractor shall remove all debris and prevent any material from entering the sewer line. Debris shall be taken to a landfill or dump site approved by the Owner. c. All sanitary and storm pipe damaged during excavation shall be replaced at no additional compensation unless otherwise noted. d. Any incoming pipes which are 2 feet or more above the outgoing invert elevation shall be equipped with outside drop connections. e. Complete manhole replacement shall also include replacement of frame, cover, bench/trough, sealing of frame, replacement of sewer line within five (5) linear feet outside of the manhole, frame and grade adjustments, and surface restoration. f. Where determined by the engineer that a good connection can not be made, I the contractor will be paid for additional footage outside of the five (5) linear feet covered by the complete manhole replacement bid item and be paid for at the unit price per linear foot for additional pipe. g. Concrete of 4000 psi is required for cast -in -place manhole replacement. 2. Partial Manhole Replacement a. The extent of partial manhole replacement shall be based on the depth of $ deterioration shown on the rehabilitation schedule. The Owner's Representative shall be notified if additional deterioration exists. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. b. Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally -sound structure. c. Perform reconstruction to allow easy access to the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. City of Fayetteville D2-5(2) Sewer System Improvements F I d. Seal manhole joints in accordance with Section D2-4. e. Precast concrete corbel, or barrel sections may be used as necessary. The diameter of the sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance from the underside of the proposed flattop to the manhole invert is less than 4 1/2 feet, the manhole shall be completely replaced. f. Partial manhole replacement shall also include replacement of frame, cover, ' scaling of frame, frame and grade adjustments, and surface restoration. g. Remove any debris in any manhole which has had work performed on it. 3. Shallow manholes shall be constructed at locations in the sanitary sewer system where depths are less than four feet, or as directed by the Engineer. Shallow I manholes shall be constructed from 4000 psi concrete, formed in place as detailed in Section E on the Manhole Rehabilitation Details. 4. Testing of Reconstructed Manholes Test manholes in accordance with Section Dl -7. D. Measurement and Payment 1. Measurement and Payment for complete and partial replacement of manholes shall be as specified in Section D2-14, Part D — Measurement and Payment. 2. The Unit Price for complete and partial manhole replacement shall be eligible for 60 percent of the bid price after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. I. END OF SECTION D2-5 I I I D2-5(3) City of Fayetteville Sewer System Improvements I ID2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH A. General 1. Description This section describes replacement of defective manhole bench and trough. Manholes designated for replacement of bench and trough are listed on the Manhole Rehabilitation Schedule in Section G. ' Refer to Section E - Manhole Rehabilitation Details for Typical Bench and Trough Replacement Detail. B. Materials I. I. Materials for Bench and Trough Replacement ' Portland Cement concrete in accordance with D2-17. C. Execution I. Procedure for Bench and Trough Replacement The existing deteriorated bench and trough area shall be completely removed. Care must be taken to avoid damaging other areas of the manhole structure. Loose and ' broken concrete shall be routinely removed from the manhole to eliminate the possibility of pieces entering the sewer lines. After removal of loose and broken concrete, a new bench and trough shall be formed. Sanitary sewer service shall be maintained during bench and trough replacement. If the manhole does not have an existing concrete base, minimum bench and trough thickness shall be 4 inches. Bench and trough shall be constructed as per Section D2-14. 2. Finishing a. The bench and trough shall be furnished in such a manner so that a watertight I seal exists between the manhole walls, pipe, and bench/trough area. b. The trough shall be troweled so that the wetted surface is smooth. The invert of the trough shall form a continuous conduit with the sewer pipe entering and leaving the manhole provided that the pipe was originally constructed or D2 -6(l) City of Fayetteville Sewer System Improvements I intended to be constructed in this manner. Care shall be taken to prevent the ' degradation of freshly poured troughs. c. The bench and trough shall be cleaned of silt, debris or foreign matter of any 1 kind. 3. Testing of Bench and Trough Replacements 1 Test of bench and trough replacements for watertightness in accordance with Section D1-7. D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Rehabilitation Schedule in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, ' equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. ' END OF SECTION D2-6 I I U I I I City of Fayetteville D2-6(2) Sewer System Improvements I A. General I I 1 B. I I I I D2-7 MANHOLE GROUTING This section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks are shown on the Manhole Rehabilitation Schedule in Section G or will be designated by the Engineer for manhole grouting. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturersrecommendations. 4. Manholes Manholes to be grouted may be of brick, block, pre -cast, or poured concrete construction. Materials Scope This section governs the materials required for completion of pressure grouting of manhole defects. 2. Grouting Materials a. Urethane Gel Grout 1) Urethane gel grout, such as Scotch -Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the D2 -7(l) City of Fayetteville Sewer System Improvements I gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 2) The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects gel control agent may be added. The following properties shall be exhibited by the grout: a) Documented service of satisfactory performance in similar usage. b) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. c) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. d) Compressive recovery return to original shape after repeated deformation. e) The chemical shall be essentially non-toxic in a cured form. f) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. g) Sealing material shall be noncorrosive. 3) A reinforcing agent such as Scotch -Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch -Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. Li L! 1 I 1 I H I I I I I I I I I City of Fayetteville D2-7(2) Sewer System Improvements I I I I I I I [1 [1 I I I I C CJ I 4. 5. 6. 4) A filler material such as Celite 292 (diatomaceous earth) from John Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. Additives Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. Root Control A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. Portland Cement As specified in Section D2-17. J D2-7(3) City of Fayetteville Sewer System Improvements I 8. Oakum I C. Activated oakum, such as Fibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized for sealing grout holes. 9. Non -Shrink Grout As specified in Section D2-14. Execution General Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole replacement is complete. Preliminary Repairs a. Seal all unsealed lifting holes, unsealed step holes, precast manhole section joints, and voids larger than approximately one-half (1/2) inch in thickness with Octocrete or approved equal. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. Temperature Normal grouting operations including application of interior coating shall be performed at temperatures of 40F or greater. If grouting is performed below temperatures of 40F, then it must be performed in accordance with manufacturer's recommendations. 4. Grouting Materials Usage Grouting of the manhole may include frame seal, frame and grade adjustments, corbel, wall, pipe seals, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown of the pipe. I I I C 1 I I I I I I [] [1 I I I City of Fayetteville D2-7(4) Sewer System Improvements ' 5. Drilling and Injection a. Injection holes shall be drilled through the manhole at 120 degree angles from each other at the same plane of elevation. Rows shall be separated no more than three vertical feet, and the holes shall be staggered with the holes in the rows above and below. Provide additional injection holes near observed defects, bench and trough, and at pipe seals. A minimum of 6 injection holes shall be provided in the walls/corbel and three injection holes at each pipe seal and at the bench/trough. Manholes shall be grouted from the top of the corbel or bottom of flattop to the pipe invert. b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest ' holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent I injection holes. Provide additional injection holes, if necessary, to ensure grout travel. Ie. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar. ' f. All grout shall be removed from interior surfaces of the manhole. ' 6. Testing of Rehabilitated Manholes Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section D1-7. ID. Measurement and Payment If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot measured from the center of the manhole based on the depth (ft.) as indicated on the Manhole Rehabilitation Schedule in Section G. Payment shall be from the top of the corbel or bottom of flattop to the pipe invert, including the pipe invert. This Contract Unit Price shall include grouting of the pipe seals. I I D2-7(5) City of Fayetteville Sewer System Improvements Payment for grouting pipe seals and lower 18 inches of manhole shall be based on the Contract Unit Price per each manhole listed in the Manhole Rehabilitation Schedule in Section G or as specified by the Engineer. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, 1 equipment, preliminary repairs, and testing necessary to complete the work including grouting with urethane grout. Unit Price for grouting shall be eligible for 90 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete. END OF SECTION D2-7 I I I I. I I I L7 I I I. I City of Fayetteville D2-7(6) Sewer System Improvements I D2-8 INTERIOR MANHOLE COATING (STRONG SEAL SYSTEM) 1 A. General 1. Scope ' This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on ' the Manhole Rehabilitation Schedule listed in Section G. Interior manhole coating shall meet the requirements of this Section, Section D2 -8A, or Section D2 -8B. 2. Description 1 The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated may be of brick, block, pre -cast, or poured concrete ' construction. Some may have a previously applied interior mortar coating. IB. Materials II. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Strong Seal MS -2A proprietary pre -blended mixture of portland cement, 1 chemically -active aggregates, glass fibers and other additives specifically selected for special properties as manufactured by Stronglite Products Corporation and designated STRONG -SEAL MS -2A. No material (other than clean potable water) 1 D2 -8(l) City of Fayetteville Sewer System Improvements 1 shall be used with or added to STRONG -SEAL MS -2A without prior approval or recommendation from Stronglite Products Corporation. Mixing and Handling I Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. Execution I 1. General 1 Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 2500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed ' by cutting them flush with the wall of the manhole. b. All unsealed lifting holes, unsealed step holes, voids larger than 1 approximately one-half (1/2) inch in thickness shall be filled with STRONG -SEAL MS -2A at least one hour (1) prior to spray application of the first coat. c. Active leaks shall be stopped using products specifically for that purpose , and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section D2-7. d. After all repairs have been completed, remove all loose material. 1 City of Fayetteville D2-8(2) Sewer System Improvements 1 3. Temperature Normal interior coating operation shall be performed at temperatures of 40 F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 F, precautions shall be taken to keep mixing water below 85 F, using ice if necessary. 4. Interior Manhole Coating ' a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section G. The interior coating shall be ' applied to the manhole from the bench/trough (including the bench/trough) to the top of the first grade adjustment ring. I b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. II) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi.) 2) Place covers over invert to prevent extraneous material from entering the sewer. 1 3) The surface prior to application shall be damp without noticeable free water droplets or running water. Materials shall be spray applied (using a Strong -Seal Spraymate Model 35 machine) to a minimum uniform thickness of 1/2 -inch to insure that all voids and crevices are filled and a smooth surface remains after troweling. ' The troweling shall compact the material into such voids and crevices and set the bond to the manhole surface. The invert/bench covers shall be removed and the bench sprayed in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1/2 -inch at the invert and shall increase in the direction of the wall so as to provide the required slope. Trough area shall be coated as required to seal all cracks and to provide a smooth surface. 4) The material shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. J D2-8(3) City of Fayetteville I Sewer System Improvements I 5) Traffic shall not be allowed over manholes for 12 hours after , reconstruction is complete. 6) Caution should be taken to minimize exposure of applied product i to sunlight and air movement. At no time should the finished product be exposed to sunlight or air movement for longer than 15 ' minutes before replacing the manhole cover. In extremely hot and and climates manhole should be shaded while reconstruction is in process. 7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 F, precautions shall be taken to keep the mix temperature at time of application below 90 F. Mix water temperature shall not exceed 85 F. Chill with ice if necessary. Testing of Rehabilitated Manholes , a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section D1-7. b. At least two 2 -inch cubes shall be taken from each day's work with the ' date, location and job recorded on each. The cubes shall be sent to a certified independent laboratory for testing. A compression test will be made per ASTM C 109, and the results will be furnished to the Owner on I request. Test results shall equal or exceed the manufacturer's published values. D. Measurement and Payment ' Payment shall be based on the Contract Unit Price per each manhole coated as indicated in the Manhole Rehabilitation Schedule in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. Grouting pipe seals, bench and trough, and lower 18" of manhole, if required, will be paid for in accordance with Section D2-7. All other grouting will be a subsidiary obligation of the Contractor. I END OF SECTION D2-8 , I City of Fayetteville D2-8(4) Sewer System Improvements 1 A. General 1 I I H [1 I I D2 -8A INTERIOR MANHOLE COATING (QUADEX SYSTEM) This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Section G. Interior manhole coating shall meet the requirements of this Section, Section D2-8, or Section D2 -8B. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. ' 4. Manholes I L Li I I I.. Manholes to be coated may be of brick, block, pre -cast, or poured concrete construction. Some may have a previously applied interior mortar coating. B. Materials Scope This section governs the materials required for completion of interior coating of manholes. Interior Coating Quadex QM- Is and Quadex Excel proprietary pre -blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall City of Fayetteville I D2-8A(l) Sewer System Improvements be used with or added to Quadex QM-ls or Quadex Excel without prior approval or recommendation from Quadex, Inc. 3. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. 1 C. Execution I 1. General 1 Manhole coating shall not be performed until sealing of manhole frame and grade ' adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs 1 a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. b. All unsealed lifting holes, unsealed step holes, voids larger than approximately one half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to spray application of the first coat. c. Active leaks shall be grouted in accordance with Section D2-7. Contact Quadex, Inc. for grouting recommendations. d. After all repairs have been completed, remove all loose material. Temperature , Normal interior coating operation shall be performed at temperatures of 40 F or greater. No application shall be made when freezing is expected within 24 hours. City of Fayetteville Sewer System Improvements D2 -8A(2) 1. If ambient temperatures are in excess of 90 F, precautions shall be taken to mixing water below 85 F, using ice if necessary. Interior Manhole Coating Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section G. The interior coating shall applied to the manhole from the bench and trough (including the bench/trough) to the top of the first grade adjustment ring. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi.) Place covers over invert to prevent extraneous material entering the sewer. The surface prior to application shall be damp without noticeable free water droplets or running water. QM- Is material shall be spray applied (using a Quadex Model 900D application machine or manufacturer approved equal) to a minimum uniform thickness of 1/2 -inch minimum. Troweling shall begin immediately following the spray application. The troweled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the invert/bench covers shall be removed and the bench sprayed with Excel material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1/2 -inch at the invert and shall increase in the direction of the wall so as to provide the required slope. Trough area shall be coated as required to seal all cracks and to provide a smooth surface. The material shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. Traffic shall not be allowed over manholes for reconstruction is complete. City of Fayetteville Sewer System Improvements I 6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and and climates manhole should be shaded while reconstruction is in process. 7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, ' precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not , exceed 85 degrees F. Chill with ice if necessary. 5. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Manhole Testing Section D1-7. b. At least two 2 -inch cubes shall be taken from each days work with the date, location and job recorded on each. The cubes shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C109, and the results will be furnished to the Engineer and Owner. Test results shall equal or exceed the manufacturer's published values. 1 D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole coated as indicated in the Manhole Rehabilitation Schedule form in Section G, measured from the top of the corbel to the sewer invert at the center of the manhole. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. Grouting the pipe seals, bench/trough, and lower 18" of manhole, if required, will be paid for in accordance ■ with Section D2-7. 1 END OF SECTION D2 -8A , City of Fayetteville Sewer System Improvements D2 -8A(4) I 1 1 A. General 1 1 1 1 1 1 1 1 1 1 B. 1 1 1 1 1 1 Scope D2 -8B INTERIOR MANHOLE COATING (RAVEN LINING SYSTEM) This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Section G. Interior manhole coating shall meet the requirements of this Section, Section D2-8 or Section D2 -8A. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated may be of brick, block, pre -cast, or poured concrete construction. Some may have a previously applied interior mortar coating. Materials Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra I -Ugh -Build Epoxy Coating, or equivalent, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining Systems and designated as Raven 405. City of Fayetteville D2 -8B(1) Sewer System Improvements I C. Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The Contractor shall be responsible for getting approval from Raven Lining Systems for the use of these grouting materials. I I I I 4. Mixing and Handling I Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. Execution I. I I C1 1. General I Manhole coating shall not be perfonned until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 3500 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. b. All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to spray application of the first coat. I I I I I I City of Fayetteville Sewer System Improvements D2 -8B(2) , I I I I Li [] I I I I [1 I Li I I 1 I c. Active leaks shall be stopped using products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section - Manhole Grouting. d. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. Trough area shall be coated as required to seal all cracks and to provide a smooth surface. Cementitious patching compounds or epoxy grout as recommended by Raven shall be used. e. After all repairs have been completed, all loose material shall be removed. 3. Temperature Normal interior coating operation shall be performed at temperatures of 40 F or greater. No application shall be made when freezing is expected within 24 hours. 4. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section G. The interior coating shall be applied to the manhole from the top of the manhole corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi.) or sandblasting, as recommended by Raven. 2) Place covers over invert to prevent extraneous material from entering the sewer. 3) The surface prior to application may be damp but shall not have noticeable free water droplets or running water. Materials shall be spray applied per manufacturer's recommendations to an average uniform thickness of 125 mils with a minimum thickness of 100 mils. After the walls are coated, the bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. I City of Fayetteville D2 -8B(3) Sewer System Improvements I 4) The final application shall have a minimum of three (3) hours cure time before being subjected to active flow. ' 5) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be I repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of ' uneven coverage shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative (with the Contractor's assistance), and the Contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by , the Contractor after operations are complete in accordance with Section - Manhole Testing. D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole actually coated. The Contract Unit Price shall be payment in full for performing the work and for famishing all labor, supervision, materials, equipment and all testing necessary to complete the work. The Contractor will be eligible for 90 percent of the bid price after coating is completed and the additional 10 percent after successful testing is completed. Payment for grouting of pipe seals, bench and trough and 18 inches above crown of pipe of manhole shall be based on the Contract Unit Price per each manhole actually grouted. I I END OF SECTION D2 -8B 1 I I City of Fayetteville Sewer System Improvements D2 -8B(4) I I I I I I I I I D2-9 EXCAVATION A. General 1. Excavation work shall be accomplished under the supervision of a person experienced with the materials and procedures which will provide protection to existing improvements, including utilities and the proposed pipeline. 2. The alignment, depth, and pipe subgrades of all sewer trenches may be determined by overhead grade lines parallel to the sewer invert, or by the use of a laser. 3. In the event hazardous wastes as defined by the Resource Conservation and Recovery Act of 1976 (PL94-580) are encountered work shall be halted and the Owner shall be notified. Work shall be resumed only after the Owner notifies the I B. [1 C1 [1 Contractor. 4. If the specified maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety System Special Condition (D1-8) of this document. 5. Definitions a. Materials Not specified. Excavation Excavation is the removal of all material from the trench area. Included in excavation is the removal of existing paved surfaces including but not limited to concrete curb and gutter, PCC pavement, and bituminous pavement. I D2 -9(l) City of Fayetteville Sewer System Improvements I C. Execution Open Cut Method (Trenching) a. General Open cut (trench) pipeline excavations except as otherwise specified or approved by the Engineer. Minimize inconvenience and disturbance to the general public. Sort and stockpile the excavated material so the proper material is available for backfill. I [1 I 1 I b. Trench Depths I Excavate trenches to depths required for proper pipe embedment. Overdepth excavation may be required when the subgrade is unstable. Backfill overdepth excavations with granular pipe embedment material, unless otherwise directed by the Engineer. c. Trench Walls Undercutting of trench walls is not permitted. d. Trench Widths 1) The bottom width of the trench at and below the top of the pipe and inside the sheeting and bracing, if used, shall not exceed the trench widths indicated on the Drawings. 2) If the allowable maximum widths are exceeded at manholes, bore pits, tees, and in unstable earth material, provide bedding adequate to develop the required lateral support for the pipe and/or provide a sufficient strength class of pipe to accommodate the loading conditions as approved by the Engineer. I [I I [1 I I I e. Trench Safety I Trench safety shall be in accordance with Section D1-8. f. De -Watering 1 1) Should groundwater be encountered, Contractor shall be responsible for utilizing a dewatering system(s) to remove water I I City of Fayetteville D2-9(2) Sewer System Improvements I I I from the excavations. Contractor shall install and operate dewatering system(s) to achieve the following: Ia) Keep excavations free from water. I I 1 I I I I I I [1 I I I I I A h. b) Prevent displacement of surrounding soils. c) Prevent water from crossing road or driveways during icing conditions or other potentially hazardous conditions. 2) Form dams, flumes or other works necessary to keep the trenches clear of water while the sewers and their foundations, and other foundation works, are being constructed. Remove water from such excavation in a manner that does not damage property. 3) Repair pit excavations shall be kept free of water and sewage during sewer pipe replacements through final inspection. Plug lines upstream and if necessary provide bypass pumps of sufficient capacity to reroute water and sewage to a downstream manhole until pipe replacements have been completed and bedding material has been effectively placed and compacted. No bypassed wastewater from the sanitary sewer shall be allowed to discharge to natural or manmade surface drainage. Where plugging only is used for flow control, the Contractor shall monitor upstream manholes and prevent excessive surcharge conditions. Flow bypassing equipment shall be set up for immediate use and available on site in all stages of construction. Unsuitable Soil When unsuitable soil conditions are encountered under sewers below the depth of standard bedding, replace the unsuitable material with trench foundation material of gradation approved by the Engineer. Blasting Areas 1) Blasting of any kind for rock excavation or any other purpose will not be allowed unless approved by the Engineer. 2) When blasting is permitted by the Engineer the Contractor shall use the utmost care to protect life and property. The Contractor shall comply with all laws, ordinances, and the applicable safety code requirements and regulations relative to the handling, storage and use of explosives and protection of life and property, and he shall be responsible for all damage thereto caused by his or his subcontractor's operations. I D2-9(3) City of Fayetteville Sewer System Improvements 3) Contractor shall provide insurance as required by the Owner before performing any blasting. The governing agency shall be notified at least 24 hours before blasting operations begin. D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. Trench safety system shall be paid for in accordance with Section D1-8. 2. The cost of rock removal and other associated appurtenances, if required, shall be in accordance with the Contract bid price and shall include all costs necessary to remove and dispose of rock. END OF SECTION D2-9 L, City of Fayetteville D2-9(4) Sewer System Improvements I I I 1] I I D2-10 BACKFILL A. General This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material shall be used by the Contractor without approval by the Engineer. B. Materials • 1. Trench Foundations Materials: Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1/4 -inch sieve. Submit ' samples for approval prior to delivery of the material to the site. Trench foundation material shall only be used where unsuitable soil conditions are encountered under sewers before the depth of standard embedment as defined in Section D2-9. 2. Embedment: ' Embedment material shall be 1-1/2 inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and Transportation Department classification "Class -7 Base" shall qualify as embedment material. ' 3. Trench Backfill: Trench backfill will be divided into the general classification as follows: a. Street Backfill: Street backfill material above the pipe embedment material shall be crushed stone so proportioned as to meet the requirements for a ' Class 7 aggregate as specified in Table 303-1 of the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. b. Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than 12 inches, and other deleterious materials. Suitable material D2 -10(l) City of Fayetteville Sewer System Improvements I may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. C. Description I . The Contractor shall be responsible for the furnishing of all labor, supervision, ' materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and excavation around ' structures shall be backfilled to the original surface of the ground. b. The Contractor shall be responsible for all damage or damages which might ' occur as a result of the settlement of trench or other backfill made by him in the fulfillment of these Contract Documents, within and during a period of two (2) years from and after the date of final acceptance thereof by the Owner, including the cost to the owner of all claims of damages filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. , 2. "Pavement Areas" shall be defined as all streets, paved alleys, parking areas, driveways, curbs and gutters, and sidewalks. ' D. Execution , General ' a. Remove trash and debris from the excavation prior to backfilling. b. Backfilling trenches and excavations to the original ground surface unless otherwise indicated on the Drawings. c. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. d. Do not backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material, rubbish or other deleterious substances. City of Fayetteville D2-10(2) Sewer System Improvements I I ' e. The backfill material shall be placed in lifts. Each lift shall be compacted to the required density prior to the next lift being placed. If. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. ' 2. Backfilling in Street Right -of -Way and Pavement Areas a. Backfill trenches under and within 2 feet of all existing and proposed ' pavement, driveway pavement, sidewalk, and curb and gutter using granular trench backfill. ' b. Granular trench backfill shall consist of the following: ' Class 7 crushed limestone conforming to the reference standard. c. Compaction Method I I I I I I I [I C] [1 Trench backfill shall be mechanically compacted in layers of twelve inches loose measure. Each layer shall be firmly compacted to 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor Test). Material may be compacted by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Backfill trenches using acceptable job excavated materials or as directed by the Engineer. b. Backfill in layers of eighteen inches maximum and mechanically compact to 90 percent of maximum density as defined by ASTM D 1557 (Modified Proctor test). c. Place a minimum of 18 inches of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend one foot from each side of the pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. I D2-10(3) City of Fayetteville Sewer System Improvements I Testing I All density tests shall be performed per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at excavations for partial or complete manhole replacements only, to assure a minimum density of 95 percent Proctor. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed manhole. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. b. The cost of providing access to the level of trench backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be tested by the Owner. I [.] I I I I c. Test results not conforming to specified densities shall be paid for by the Contractor at no additional cost to the Owner. 5. Responsibility of Contractor for Backfill Settlement ' Wherever trenches or other excavations made by the Contractor in the performance of work under these Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the completion of the entire work covered by these Contract Documents, to the extent that the top of the backfill is below the original ground surface, such trenches shall be refilled and backfill surface compacted and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns damaged by reasons of such settlement, and the repair thereof, shall be replaced. E. Measurement and Pam Payment for the work in this Section shall not be paid for separately, but shall be included in the unit price bid for all work items affected thereby. I I I 1J I 2. Payment for trench foundation material will be based on the Contract unit price per , cubic yard actually used as authorized by the Engineer. No measurement and Li City of Fayetteville D2-10(4) Sewer System Improvements I ' payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish material at trench side and for placing and ' compacting it in the trench and for the extra depth of trench excavation required below the manhole base grade to provide for a stable base for the manhole. This item is to provide for unstable base encountered in the progress of the work and ' shall be used only at the direction of the Engineer. I I I I I I I I I I I I I I END OF SECTION D2-10 D2-10(5) City of Fayetteville Sewer System Improvements I ' D2 -I 1 SANITARY SEWER REPAIRS ' A. Not included in this Contract 1 END OF SECTION D2-11 1 1 1 1 1 1 1 1 1 i 1 1 I. D2-11(1) City of Fayetteville 1 Sewer System Improvements D-2-12 CURED -IN -PLACE PIPE (CIPP) A. Not included in this Contract. END OF SECTION D2-12 D2-12 (1) City of Fayetteville Sewer System Improvements D2-13 SANITARY SEWER CONSTRUCTION A. Not included in this Contract. END OF SECTION D2-13 D2-13(1) City of Fayetteville Sewer System Improvements 1 A. General 1. Description 1 1 1 B. 1 I D2-14 CONCRETE STRUCTURES This section describes the installation of new cast -in -place concrete manholes, new precast concrete manholes, and other miscellaneous structures. 2. Furnish the labor, materials, equipment, tools, and services required for the installation of the concrete work required on this project. Materials Coal -Tar Epoxy Paint Kop Coat "Bitumastic Black Solution," Tnemec, "46-450 heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Non -Shrink Grout Grout shall be non -shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. Flexible Gaskets Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall include a coupling with O -Ring Gasket, A-Lok, Presswedge, or equal. 4. Frames and Covers a. Manhole frames and covers shall be in accordance with Section D2-2. D2-14(1) City of Fayetteville Sewer System Improvements I Steps a. Manhole steps will not be required. 6. Cast -In -Place (Monolithic) Concrete Manholes The design of standard manholes shall be the responsibility of the Contractor. Shallow manholes shall be constructed as detailed on the Drawings. Sketches of all manholes indicating complete details of the proposed design shall be submitted to the Engineer for review prior to ordering material and/or construction. Cast in place construction will be considered for circular manholes only when appropriately designed with reinforcing steel. The concrete for circular manholes shall be reinforced with wire mesh conforming with this document. The minimum sidewall thickness shall be 6 inches or one -eighth the inside diameter whichever is greater. The base thickness of manhole below the underside of flow channel shall vary, depending on the diameter, the depth of manhole, whether base is reinforced or not and on the type of] oint occurring between base slab and wall. The minimum base thickness shall be 8 inches or 1/8 the manhole diameter plus 1/30th of the manhole depth, whichever is greater. a. Foundations of manholes for sanitary sewer shall be concrete of a minimum compressive strength of 4000 psi at 28 days. The invert channels shall be smooth, accurately shaped, and in accordance with the plans. Where changing line sizes occur, the crowns (top insides) of the pipe should be matched unless otherwise approved by the Engineer. The invert of the manholes shall be shaped and smooth so that no projections will exist. Flow channels will be formed in the inverts so that the manhole will be self-cleaning and free of areas where solids may be deposited as sewage flows through the manhole from all inlet pipes to all outlet pipes. Where the pipe can be laid continuously through the manhole, the pipe can be placed in the base. After the construction of the manhole, the pipe can be trimmed by cutting out the top half after the concrete base is constructed and has cured sufficiently. If it is not possible to lay the pipe continuously through the manhole base, the invert may be poured and formed directly in the concrete of the manhole base. The invert floor shall have a minimum slope of 1 -inch per foot unless noted otherwise. The manhole invert shall extend from wall to wall. The minimum thickness for all bases shall be eight (8) inches. Reinforce bases with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel above the midpoint. The minimum cover over the reinforcement shall be two (2) inches. When the connecting pipelines are required to have concrete embedment, extend the embedment reinforcing steel not less than twenty (20) bar diameters into the manhole base. b. Pipe extending from the manhole shall be cradled in concrete to the first pipe joint in the same pour as the manhole foundation. Embedment of I I L I I I I I Li II I I I I City of Fayetteville D2-14(2) Sewer System Improvements I I I 1] [1 I I H [l 1l H H H I I I I I I reinforcing steel shall extend not less than twenty (20) bar diameters into manhole base. c. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. d. In the event that ground water is present during the pouring of a cast -in -place manhole foundation, a pump shall be used to remove the ground water. Prior to pouring, the subgrade shall be stable, free from muck and groundwater. After the concrete foundation has been placed, the pump shall continue to run for at least two (2) hours to enable the concrete to obtain its initial set. e. Cast -in -place concrete manholes shall have a minimum inside diameter at the base of four (4') feet and an inside diameter at the top of the cone section of not less than twenty-four (24") inches unless specified otherwise herein. The manhole shall have a minimum wall thickness of six (6") inches and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one -quarter (0.25") inch in depth. If cold joints are necessary because of a time lapse of more than one hour between placements, then a concrete bonding adhesive shall be applied to the existing concrete. Concrete used for the manhole barrel and cone section shall be a minimum compressive strength of 4000 psi at 28 days, with a slump of five (5") inches to seven (7") inches during the placement. Concrete shall not be so dry as to cause extensive honeycombing. During the placement of the concrete in the manhole barrel forms, thorough vibrating shall be completed at two (2') foot intervals. If cold joints are necessary because of a time lapse of more than one hour between placements, then a concrete bonding adhesive shall be applied to the existing concrete. A concrete collar at least four (4") inches thick shall extend a minimum of eight (8") inches above and below the new joint around the outside of the manhole. If honeycombing of the barrel of the manhole is found to be present after removal of the forms, such honeycombing shall be repaired as directed by the Engineer. Any form marks on the inside wall shall be smoothed and grouted as directed. Curing compounds or covers may or may not be used at the option of the Contractor to protect the concrete to prevent cracking during the curing process and to protect the manhole during freezing temperatures. The manhole shall not be backfilled for at least two (2) working days after forms have been removed or a minimum of three (3) working days after the concrete has been placed. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, Grade 60, deformed bars. D2-14(3) City of Fayetteville I Sewer System Improvements I g. Manholes bases shall be integral cast. The diameter of the integral base ' pad shall be eight (8) inches greater than outside diameter of the manhole. 7. Shallow manholes shall be constructed at locations in the sanitary sewer system where depths are less than four feet, or as directed by the Engineer. Shallow manholes shall be constructed from 4000 psi reinforced concrete formed in place as detailed in Section E, Manhole Rehabilitation Details. 8. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 and as specified herein. b. Wall thickness shall be minimum 6" for all precast sections. c. Concentric cones shall be utilized when manhole depth exceeds six feet. ' The clear opening of the cone shall be 26 inches. d. Reinforced concrete flat -top sections shall have a minimum 26 -inch ' diameter opening and be a minimum eight inches thick in non -traffic areas and a minimum ten inches thick in traffic areas (designed for H-20 loading). Reinforce flat -top sections with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel below the mid point. The minimum cover over the reinforcement shall be two (2) inches. The top or bottom of the flattop shall be clearly labeled or marked. e. Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall include a coupling with O -Ring Gasket, A-Lok, Presswedge, or equal. f. Preformed and trowelable bitumastic joint sealants shall be Kent -seal, Ram-Nek, EZ-STIK, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. g. Do not deliver precast concrete sections to the job until representative concrete cylinders have attained a strength of at least 80 percent of the specified minimum. Inspect precast concrete sections when delivered. Cracked or otherwise visibly defective units will be rejected. h. The maximum depth of lifting holes shall be no more than one-half the manhole wall thickness. After placement of the manhole, the lifting holes shall be sealed with a non shrink grout. City of Fayetteville D2-14(4) Sewer System Improvements I I. Contractor is responsible for verifying all manhole depths, sewer pipe flowlines, and angle of sewer lines entering and exiting manhole prior to delivery of precast manholes. The contractor will be responsible for removing and replacing any manhole that is not properly fitted to the sewer grades at the existing site. C. Execution ' I. General ' Install manholes of the respective types at the designated locations with flowlines at elevations to match existing. ' 2. Interior manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 24 inches in diameter and 60 inches in diameter for pipe between 27 inches and 36 inches in diameter. 3. Install frames and covers in accordance with Section D2-4. 4. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U"- shaped channel extending to the crown of the pipe encompassing the full cross section of the connecting pipelines. Provide smooth ' transitions for pipes of different sizes, different elevations, and/or at different angles. Also form inverts to provide self-cleaning by sloping normally two (2) inches from manhole wall to edge of "U" channel with a smooth finish. 5. Pipe Stubs ' a. Install pipe stubs for future connections at locations, angles, elevations, and of materials as specified or as determined by the Engineer. ' b. Install each pipe stub with the bell of the pipe abutting the outside manhole wall, or the joint if other than a bell, as near the manhole wall as is practicable but not more than two (2) feet from outside manhole wall for later connection thereto. I 6. Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. 7. Construct connections to existing manholes in conformance with this section. Excavate around the existing manhole so as not to disturb the manhole. The manhole wall shall be removed for no greater diameter than required to insert new ' pipe. Reshape manhole invert and channel to accept the flows from the new pipe. Chip the existing invert to a rough new surface and install a new channel and invert the entire side where the new pipe enters. Take care to prevent brick or D2-14(5) City of Fayetteville Sewer System Improvements I other foreign material from entering the existing downstream sewer. Retrieve such debris. After the new pipe is installed, completely fill and render permanently watertight the void around the new pipe with a grout conforming to the material specifications herein. 8. Manhole Adjustments Provide new manholes with a maximum of one (1) foot of adjustment ring(s) underneath the casting. Seal adjustment ring joints as specified in Section D2-4. 9. Apply two coats of coal -tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. 10. Testing Test manholes in accordance with Section D1-7. 11. Formwork a. Vertical concrete surfaces shall be formed. The underside of slabs and beams shall be formed except where the concrete is placed against the ground. Sloping surfaces shall be formed unless otherwise authorized by Engineer. b. Construct and erect forms so that the concrete will have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. c. Formwork, shoring, and bracing design shall meet the requirements of ' ACI 347. d. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished work shall be flush within 1/32 inch. ' Forms for plane surfaces shall be such that the concrete will be plane within 1/8 -inch in four ft. Leading edges of concrete shall lie within 1/4 -inch as measured from a 10 -ft template. e. Provide as -cast smooth form finish for formed concrete surfaces that are to be exposed to view, or that are to be covered with a coating material other than cement plaster applied directly to the concrete. f. Produce smooth form finish by selecting form material to impart a smooth, hard, uniform texture and arranging them orderly and symmetrically with a minimum of seams. 1 City of Fayetteville D2-14(6) Sewer System Improvements I H I I I L I I I I I I L L I El I 12. 13 g. Repair and patch defective areas with all fins and other projections completely removed and smoothed. Reinforcement a. Reinforcing steel shall be placed in accordance with ACI 301 and ACI 318. When concrete is placed, reinforcing shall be free of rust, scale, or other coatings that will affect the bond. Reinforcement shall be accurately placed, adequately supported, and secured in position at intersections with annealed wire not less than 16-ga or with clips. Reinforcement shall be supported to keep it away from exposed surfaces. Nails or other devices shall not be driven into forms to support reinforcement. b. Provide the following concrete cover unless otherwise shown on the drawings: Bottom face of slabs 3 inches Top face of slabs 3 inches Placing Concrete a. General 1) Do not place concrete until forms have been oiled, reinforcement has been fastened in position, form ties at construction joints have been retightened, and embedments and openings have been placed and anchored. 2) Remove debris from the space in which concrete is to be placed. b. Convey concrete from the mixer to the place of final deposit by methods which will prevent separation or loss of materials. The free fall of concrete shall not exceed three feet. c. Consolidating 1) Consolidate concrete with mechanical vibrating equipment and provide stand by equipment. Apply vibration directly to the concrete. Vibration shall be sufficient to cause flow or settlement of the concrete into place. Apply vibration at the point of deposit and in the freshly placed concrete. It shall be of sufficient duration to accomplish compaction and embedment of reinforcement and fixtures. 2) Supplement vibration by forking and spading by hand in the corners and angles of forms and along form surfaces while the concrete is plastic under the vibratory action. I D2-14(7) City of Fayetteville Sewer System Improvements I 14. Curing ' a. Maintain concrete in a moist condition for seven days after placement. 1 Curing may be by any of the following means: 1) Curing with burlap, cotton, or mats kept continuously wet, or by ' keeping forms continuously wet. 2) Waterproof paper curing. Lay four inches at seams and seal with tape. 3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a fmish treatment of any kind. Submit manufacturer's descriptive data of ' curing compounds for approval. D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. I. Standard Manhole a. The manhole depth shall be determined by measuring from top of casting 1 to the invert at the center of the manhole. Payment will be made at the contract unit price for the applicable type, size and depth for each manhole. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, frame and cover grade adjustment and sealing, waterproofing, concrete masonry, reinforced concrete, backfilling, replacement of any sewers, conduits, disposal of excess material and restoration. b. Payment for a standard manhole will be in accordance with the contract I prices as follows: 1) A unit price to cover the construction of one standard manhole of the diameter and type indicated; 0 to 6 feet in depth. 2) A unit price which shall cover the entire cost of each additional foot of vertical manhole depth in excess of 6 feet, measured to the nearest 0.1 foot. City of Fayetteville D2-14(8) Sewer System Improvements I ' 2. Shallow Manhole Payment for shallow manholes will be made at the contract unit price for each manhole constructed. 3. Partial Manhole Partial manhole replacement shall be paid at the Contract Unit Price per vertical foot of depth measured to the nearest 0.1 foot from the top of the frame to the bottom of section required to be replaced. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, frame and cover grade adjustment and scaling, waterproofing, concrete masonry, reinforced concrete, backfilling, replacement of any sewers, conduits, disposal of excess material and restoration. I I I I I I I C II END OF SECTION D2-14 D2-14(9) City of Fayetteville Sewer System Improvements D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS A. Not included in this Contract. END OF SECTION D2-15 D2-15(1) City of Fayetteville Sewer System Improvements D2 -I6 WATER DISTRIBUTION SYSTEM A. Not included in this Contract. END OF SECTION D2-16 D2-16(1) City of Fayetteville Sewer System Improvements I 1 A. General I I I I 1 I I ' B I I D2-17 RESTORATION Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications, Permits and/or Licenses, or shown on the Plans and as specified in Section H. a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior rights (i.e. utility casement, sewer easement) and/or has obtained rights -of -way, agreements, licenses and/or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. c. Restore public property with strict adherence to the requirements of the public body having jurisdiction therein. d. No restoration shall occur until testing is complete and accepted by the Owner's Representative. e. Complete final surface restoration within three weeks of the sewer installation or repair or as directed by the Owner's Representative. 2. Reference Standards Surface restoration including pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Arkansas Highway and Transportation Department Standard Specifications and these specifications. Materials Topsoil a. Topsoil shall be free from large roots, sticks, weeds, brush, stones or other litter and waste products. A minimum of 4 inches compacted depth of topsoil shall be used. D2 -17(l) City of Fayetteville Sewer System Improvements I b. The soil texture shall be classified as loam or sandy loam according to the I following criteria: Loam Sandy Loam Sand (2.0 to 0.05 mm diameter) 25-50% 45-85% (No. 10 sieve) Silt (0.05 to 0.002 mm diameter) 30-50% Less than 50% (No. 270 sieve) Clay (smaller than 0.002 mm 5-25% Less than 20% diameter) (Hydrometer analysis) c. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 20 and No. 270 sieves and a hydrometer analysis. 2. Fertilizer Fertilizer shall be a standard commercial 16-8-8, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. 3. Sod a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1-1/2 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completing of placing and protect against exposure to the sun, wind, freezing during transportation to the site, and during storage prior to placing. 4. Seed Grass seed shall be fresh and shall match existing grass in the area of excavation. I I I I I I I I I I I I I I I City of Fayetteville D2-17(2) Sewer System Improvements L I 5. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, a slump of 2-4 inches, and shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6" No. 4 x No. 4 Woven Wire Fabric, as specified, or ' as necessary to match existing reinforcing. No. 4 dowel bars shall be provided of 3 foot centers, each side. Minimum length of extension into existing base shall be 12 inches. 6. Curing Compound Commercial grade conforming to ASTM C 309, Type 1. 7. Reinforcing Steel IConform to ASTM A 615, Grade 40. ' 8. Asphalt Cement Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 9. Prime Coat Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, ' or liquid asphalt MC -70, MC -250, or RC -250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. 10. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 11. Asphalt Concrete Asphalt concrete for paving the designated area shall be Type II hot -plant mix and all materials shall conform to the requirements of Section 408 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. ' D2-17(3) City of Fayetteville Sewer System Improvements I C. Execution Cleanup 1 Upon completion of installation and backfill operations, clean and dress up the work area as follows. a. Remove construction debris and litter from the site. b. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. c. Remove tools, equipment and construction materials except for designated storage areas. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide drainage wash checks necessary to prevent soils from being washed downstream. e. Machine or hand grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. f. Restore all street signs and mail boxes. g. Maintain adequate safety signs, barricades and lights until final restoration of work area is completed. i Finish Grading Finish grade the area to lines and grades which existed prior to the area being ' disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four -inch depth of topsoil. Sod I a. Restore grassed areas disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the Spring and six weeks prior to the average date for the first freeze in the Fall according to the Arkansas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owner's Representative in writing. Place sod at any time during this period except when the temperature is over City of Fayetteville D2-17(4) ' Sewer System Improvements I ' 90 degrees Fahrenheit, drought conditions exist or the sod or ground surface is frozen. Cut sod as thick as possible to aid the sod in taking root at the earliest possible date. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Place sod on the prepared surface with the edges in close contact and the ' alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. ' Within eight hours after placing the sod, apply five gallons of water per square yard. Id. Provide sufficient water to prevent the sod from drying out. e. Existing sod which was salvaged during construction may be reused at the ' contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. 4. Seeding a. The areas to be restored by seeding shall be only as directed by Engineer. Seed bed preparation shall not be started until all stones, boulders, and debris larger that 3 inches in diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 inches with a disk or other method approved by the Engineer, reducing all soil particles to a size not ' larger than 2 inches in diameter. The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sown until the seed bed has been approved by the Engineer. ' b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Mechanically apply grass seed. Id. Do not seed during high winds or when the seed bed is too wet for working. Within 12 hours lightly rake seeded areas and roll with a 200 pound roller. After raking and rooking, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. D2-17(5) City of Fayetteville ' Sewer System Improvements I e. In lieu of mechanical application of seed, hydraulic application may be used. The seed slurry shall be constantly agitated unit pumped from the tanks. The seed shall not be allowed to set in water more than four hours before application. I f. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings performed a minimum of one week apart. g. Reseed areas where the grass did not take. 5. Tree, Bush, and Hedge Transplanting and Replacement , a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owner's Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. c. Set trees at a depth slightly below finished grade, half -fill the hole with t planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a well -rotted mulch. d. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. e. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. f. Plant trees vertically. Trees found leaning during the guarantee period shall i immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet City of Fayetteville D2-17(6) Sewer System Improvements I I I long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and on the south side of the tree, and 12 inches to 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. ' 6. Restoration of Pavement Surfaces Ia. General 1) Restore (unless otherwise specified or ordered by the Owner's Representative) permanent type pavements, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal in appearance and quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Sawcut existing paved surfaces to provide a straight joint between ' the existing and new surface. Sawcutting shall be full depth and square or rectangular in shape. ' 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. ' 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. 6) Remove entire sidewalk squares. Removal of partial squares shall not be allowed. b. Concrete Sidewalks 1) Concrete sidewalks shall consist of a minimum thickness of six inches of nonreinforced Portland cement concrete over six inches of compacted granular material. 2) Sidewalk shall have a minimum width of sixty (60)inches. D2-17(7) City of Fayetteville I Sewer System Improvements I 3) Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares damaged during construction activities shall not be allowed. 4) When removing portions of a concrete sidewalk, an entire "Square" I shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. 5) Sidewalk replacement shall be constructed according to the Sidewalk Replacement Detail Drawing in Section E - Manhole , Rehabilitation Details. c. Concrete Curb and Gutter ' 1) Curb and Gutter dimensions and cross sections shall conform with existing installations. 2) Place two dowels at each junction with existing work. Dowels shall be 3/4 -inch diameter and a minimum of 12 inches in length. 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut control joints at intervals not exceeding 20 feet and at , junctions with existing traverse cracks in the pavement, or as directed by the Engineer. d. Concrete Driveways Replace concrete driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 6 inches. e. Bituminous Concrete Driveway Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt Concrete Pavement Replacement for Pipe Trenches. f. Tack Coat Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Section 403 of the Standard Specifications for Highway Construction. City of Fayetteville Sewer System Improvements D2-17(8) I ;1 J I ' g. Prime Coat The prime coat shall be applied to the leveling course in accordance with Section 403 of the referenced specification at the rate of 0.20 to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by ' the Engineer. h. Construction Of Asphalt Concrete Pavement ' Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the 1 paving is started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification for Highway Construction. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. i. Asphalt Highway Repair ' Asphalt Highway Repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. j. Concrete Highway Repair ' Concrete Highway repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. k. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions D2-17(9) City of Fayetteville Sewer System Improvements I D. will be permitted only in special cases and only with prior written approval of the Engineer. Concrete Pavement Pavement replacement shall be the same thickness as that removed, except that in no instance shall it be less than a minimum of 6 -inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. I I I I I m. Gravel Surfacing I Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock, gravel surfacing material, as specified herein, on streets, driveways, parking areas, street shoulders, and other graveled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to the existing grades and surfaces. Measurement and Payment 1. The cost of restoration will not be paid for separately, but shall be included in the price of the pay item being performed. L�1►1ilea7 (wI s)►I))avA City of Fayetteville D2-17(10) Sewer System Improvements I I I I I I I LI I I r I 1 I I I I I I I 1 I I [1 I L [1 I I MANHOLE REHABILITATION DETAILS SECTION E I I - z Z w : a N OW I H �,m Z t` Zoo uJ Q Z W Z F -U N x W V) O Z J Z O U O 2 0 W O O OW I- x W> a Ott� <a:3 >QW QQ J 02 adrr Da a a tilO �_ no no 0IO ZZO co Q~ mW Ozit ZN -W �U F ZH> UZ W Q O._ V) Q _ O m H W `~ < 0 N~ uJw- W Z z Co 3 W ~ N> W V)Q OV) W OU �Wx LLJZUL_ �Q ..-.�UW OrO UU ILW Or Q F- O Cl-U N U z-xQ Z -- Cr Q Q O J O J Z 0 0-0 x O Z O z Z Q w Q x 5OVW) V) F—crWZ LflVV)Qts xv" .CZ n V N U H V) a 1 (I) H Q Q W O x OD cr O Q ww W I— O J Q Or W co MO> Q Q w W O I 3 Y r Z O V) I O Or Q V) z r(D0 I — w wN xQ Nw w� za W O -w xQ W I >z —Jo O OL ? Ls - 0 CD z 8 w w r LC. s o 47 I- 0 r 0 a a y Q $` Y] K Z• s C a = w < N E • tlXi tlot !1 F - z z pa Y ( m W Z e C8 i b LC y^y J g W 0 gy w o =m U n N 0 z Z ~ O U o WW o W SfQY u a 0:1-0 i cv crO Q H s O Uz 0 Q v z z ^} 0 aae -- W o o� J O U Q w O _ O W W d J Z U a N J Q N Q Z J O OaWZ W < N O F W N w J ~ U (D N J Li -JO •ZO m J D 0 H O= W Z d U^ O cc UJZ U or OWQO 0 J Z W O. O U Q .OOFw \ U H J U Y O w U \ Z �a d O Q O z Q F- Q W Oz o F- C' Z Ls -. U 0 () O _ F C7 W z_ w > —J Ui 2 U J J W LLB ^ J W J 3 O N J a JWCr Q W O Q J O W WOr ,- zo U N 2 2 in U Q Lii C) N I— z 3 N 4a N z •, z ' 0 3taa ' wy MHO �' ■ ogy Q0< js p J S ls_ Z Z w : e o 00 w - U > s w V Y� F-JOUQ u 0 ' Z Owwd w = zo z w 2UdN O M115ax Q NO W W Z J O ; O w w Z J U w <N O H w N w J = U Um NJ wO .ZO Q UJ J SOHO= 'O 3 w~z 0 LL<0 O} O JZwU- J L) w w Y UH -J JU m J= U ^O� w cr Ql Q 0.0Q0 _ r 0 w OZ Z 0 N 3 U I- 0 Z w i C.7 z ' <L<L<L _ I I O I • 1 z 0 1 I I— J Q J J Q 0< w I w H w S! J N N w 111 d 0.-i J I w Z J Q O o — Z I- Q C -) I ____ nl ' N I •:. U i N o i I Z ~ i Ui J J J Q < w 3N Q U, y J 2To F Y U a wo OI-� Qa •Z 7 a 2 W Q Li w>Y ztt �_ cr (o z. W D W O O z } z N J O > (.7^W OWO-- WY w O O J OW cr00 0U 0 z rna c�tL s d D O<w n ®Nil � z U J Q W r x <O zw� -O 0 r pg3� W Z z w O J 2 I^ Y U tl� V)^ OW MaZJV)0 WOO F- OWmWW °-nzw 2m xm 00 '-'J W=W ZJZZ(j) 2 Q O J x ¢ m O W F- 0 z z I O Z m o 0 Z O ¢ OXLsJJ I--• d Z •: ' Q J W O <<0 > N W W OZGQ J • WW- ' �• QZCrOF-V U -0 WU Li ^3 OW W Q a0maW a Z }=O Jw F-V)Li doll .. •_--, :,'. w • U (n it I — Z • z pa z I- • Jn J S y _ > Y Al = � �l y 1 gQ U O Z ww� } MMyb p 1 ' CD w z z _ ww o • N O 1 W LL Z O a J I OW W az <<Oc J ' H O Z O W O �_j Z . U aztol- _..•_. ' o—Owo :.' H z g c) w o d O Q W w } x O J W •• w �NWao V1 m J a O J ~ N N • O LLo I— x w oil Z W m ; \ � §.- ■ | E |§ §,_ \Lii w ■ ■ | |U\ , d | { LIr z�w 2 \�°��� \ -`�E%� a O 7-/U qnCD 7I. �Rq z 'ii @aaa | ^ cr o ! z ! L) o __. > o_ | w __ MU N Iii w 7 /k 5 11111 II 111111111111 \ m w -i 0 I z/ § �e E§; sw0 $e§ K�§ ;Co HOW VI - u Q z o e Y W o e NW = Q ~ oaWWW t a L - Q �a7 MZ—LL- >W p OLfl O Li F — co > n Z N = ~ O � 8 N-wU N > �� W V �U �m~Z oz I-ooZ La1 N 0Li WQ WO ZY O� <OmW tt Li -J) Ct-U 11 _ J 7N N O ON O WYQY--• 0 i~ AN ON WNJ N OJ O Coco}<< OQL- 3JZ Z (to LYO H �- <O -Z WO a� OOO3 E' U w O cr w— cc LLl J H W f OF- U cF- w Dc 3 =M N Q NF -F- DL) HW F-- HOU1- J ao a < UW 4O -Q ZJZOX J 0z z .mO N 3 (13W ODE -fl < O -) F- N H N J WE- Li .< <LL H N Ncc W-WQ QW co< O W • W CO fJY UCt O OONWW J ULi QQNo WCt OU NH ZW OU o wZ awaz cra H 3w o l< , Z a0 Li am WO3 aN Za-O� Q I — OF Q Oa0 0 : z NO maoaN N2 C W O 3 N W X u W Q __9nI Iii • Ii it I Ii J O z Q X Q flLn z Zo O W J —LC Q H — Z O 7 O W O —NW F- c — J OJLi O<- 3 Jul 1 T 5 o Z L'J m < Y W U a a a Q Y t C u O 0 Z 0 J m 2 ry �n O ' W t W 0 0 J C - W U y = J l5 4.T OZ ¢ i. 3 l,J i $° V ga C c U W ta • W V_ = ti W O C Jt -J - U U �gY m 7 o U o� - U O w V' Q w om ¢ W Z' Z r N V ¢ O J O C JS c O O W m0 I VI z CZ J w OM r Y = d ,:¢ O O z Q i is W w dm I > J Ow Z w £U Q d L LJ w Q O r Z ¢ ¢ j U Z OQ_ Z O O r L ui£ N w~ W m W uov m Cr w Z m O Z O U J r ]Z Z W J a ¢ O O O ¢ W Q£ 1O I O7 w O' C ¢�- Z cW 0x O U ow 0Fo r J Q mute mo > Q W ,. r J a W W w J 1 z WJ �_ ~ w. CrP 0 c w O0 T J -d OO J 03 mm d- OJw d2z /1 S Zr ¢ O d u a R La O Z LL Iii ¢ LLJ Z W '—' LL Ow w _ H a a £ .O. > W Q o u u . . LU J w O :? w J £ O_ Q 'NIW .I Q £ Z /z� Q :a:oCo I zo Cr, L) I O Omw I O 13E90J m .21 W 318VIUVA w £ J w ori� n ¢Q iu O w 0' ZQ¢ aW nw IQ (/) z.¢^ i uwirvwm O o O Io ad0G O ¢OQdl.'1 Z OOwZ Ui Otis UIW d O N_ Um Cr Ym L)2 w z d mfA J3a Z dW W w W U rU12 U n O b W J W m m OU r O tsj d • .Z m.zw..-Z a&Qu1OOO I I I [I I I I t H I I I I L. I I F U F- 0 W C J J W w F w Oo U W z> Oct U d O w a z O z 71 wWrr Z WOW ¢I U�¢llJa 2 00F F- U) C Z W U. E O Z ¢FODU) w(f)W 00 Z •—> ocr O x W ¢ (J)WSzO w=WQ F UIOF wr3 U) O fines} z W1- 000)--. UFOU)U \• J1j p. O W z ~ W W O X CL) W ~ Z O JU W WO Z F OF W w U 3 X zpw 0J 000 C. iii WXu U) O¢ WYFlL ¢O1-cr J OOu) UWO]U) • S. O W z I W OU >F-2: F Z w O U) O JU >- F Lii F O Z J O W i o j1O WUU) _JtO ZO • Z O O U3X ¢ O ECG OO W YO Z OW N ¢ U F W OWW UMo f0 O CZ Zz rJ] C. Lu O wF ¢ co U wx J WO1- J FQW U) U)(Olo f x O U0-C¢OOU) ¢OO O JOO UwO]U) J O rL rL W ¢ X iF U U)F O O ¢ W O 1' UiQ)O o a z S F U = w s =d% !p > o i W Fu Z F Ww ? W 0 o o � zQ D7 F Z 2 = O F F Z O Q =-�dO F W F 3 w F W O W U)WO¢ Z) z� ui p 3 0 N Z a j F W O u.-. Z O I ocWo-- JOfFO WZ WOU WWO JW OU O1 -O 2 F Z W o ZD¢UZ ¢LDJ¢F F w pn- OwZOpx Z..Q a U) W z 0 .- C W W C z �--� L) LU Co ON I zC. O F Z U W W O O O U Z W I W O O O 3 ¢ O U O W •W U J O ¢ O O Z' - O O = ¢ O W Z Z O 0 d J J ¢ > 0 _ ¢ w X •e1 } ¢ W W O Z O U F J O O L L¢ J J ¢ ¢ U U) W d = ¢ O J W O F •. O¢ O 0 U W WI -J1 ¢ W F Z J Z Z W O O o O¢ O Z F Z UUF ¢.. U) 0 >- (1) U W W J = W Q Q -H ZmzZWH w JOmO- O O W N ¢ Z¢ m W >O OU S f OZdJ U H Z LL } ¢ Z w --4¢w o W Y O N •LLJw ¢ ~ z OJ ? O 0 010 -O Liz ZWC U i W~ 3 z LL = J 0 momma-. 1-' m47N�0 N ¢ x Z X m .wc3 W¢ w_Z�WK W -. > x ¢ m ~ z I WIW-Z00 W O W O Z Z KH OU.-.W z 0 I-) J w w N z N zwrr ¢ = U 2.- U LL J WO a ¢ Z S3W - K DL) W 0 ¢=Z U) N � O ¢ LLor uo O Z 0 O Z W Z aww ¢ - N W d O cc F - In w F b o Z o W 8 0 S W WM1 Wz C d J laJ S+� 1e J, r d rc s7 J u Li LLJ w W ; r i! . r c r u Q ; f LL LL W • Is- z ''6 WN LL < _ • tltl a 0 zo a3 pi ^z '-a r U m eagi w o'1 O� Hw -I-. J WI LLa dS U Zuj Q W W a z 0 4a I O 0 Y I K Z e t z >S Q 3 cc 2 - •act Lii F- CO 4 O o g�. Zw 7? W` = J tS . iii y : { ? 1 ..Zl a0 - -8 7 V .73c20 Z Um <xO ry i i{ a'-"' U " Q • z - Ow Q a J O < J ww ¢_-w U Li .9 s O • a tla a JO �< 0. W a'' U O TiEL ________ v•. ::. �y Q v O Z ?' O F U U W N • a J . a_. ~ W W • - Z w w 3a U J O rw w / - a OSQ.OW tOtct w 0� u� zu—d S c. aw _ mLSi U W 2 W 0 0 d aN cQc O�Q 0.ud' • ZK Z QQNW G ¢ O Z OO wwu NZ —v Q W WW = Z a O S I UZd U^ —00I•O O NUd Q. tilts. J d.JJ 00 Z Q Q W� T. WO N •IO H 4 H N Q U W ¢ 0 r jILL1 3Z Z N ow Q � W — W J - JO -flx ton 404 OO1 K W m m J � Q W win J OO x w wd LL d Q in lb < z dz Y < 3 R S F- w y i� = 4 Z •i Lsi p J D J• s o oy js = V { H < W Z (■7 1 o N 6 ■ O v _ 4 Q Q f A o I 0 i s Q O a z{ NNn a##ao , • a H. z c !ia ) O • =0 a _ - z w > • U o J s nvbLi o sa _ y a - • G • W 2 Q W o 020- J a t t U J z 2.4 - < _ N Y w LL - N ¢ O 07 W H J W 2 D �. C-, O • Q U p w a ' I � a LL1 W w p Q � W W m z p o O w I. m U w > = Os w 4 p z W W O LL p a a U w p z O W w J z a N • H z Ii G W a 0- 0 z I - U, W i : z I- W WC O Y W E O W w r U '".� 8 Z LL H V o = < U u♦ CI 0 U < -2 J n < a0 W Z WS1p- W U WY W _- � ■ W Ooh 0r'- 02 0 H< -> J a' rc ox _ < JONW %u 0 O N' WNW Cr' 6 WN WO Z y t ' K I S W'- W tOS N I' K o aI- il N -NULL • H ;o to n K < 0F O I- W U< M w < W ❑ K Z ZNv OW N .-v > 'a .4 < < Lintzo r wOzIuD - OLJ'. ZO O NpFZ W Z OW\ z 0 w < O = Q NN? W —OZ O 1- ONE OI bbo• ODW-o •aZ a F-oa¢� r ~ LiJWU�I- a vioo ' _ ~ W �gy 2 ^N 2 0 7LL U w OJ-2WfJ .0 ZWJ LLWJMOLL UWNH U -OH > O0NS000�I Cr <= -¢5d-<3 •NWWNLLZN3W LLLDOOF- 0 O N ••a¢ Z< <I Cr WLLUZS-O W- omoczN2 OU..ZZU WQ S - WUX<.-- NOJOWZr-Wm •. UO J WS OU¢-am ZWCNJO HHm UWK H W i -W\ -WS Z< ZO XNNYOO Ox < <ajOO a= 3W -W 0 tOW}.. ZW<U <UN > I WOW JMzOO> W WON)---- SOJW-W xwm 30 -ON HOB HH<I-OCXJWZ N <NNNOW O 2<7 Jf« W WWW-D0W -I-wm J2J< rjW2a Si 3 OI- Z.--L-Q. W< aW 00 2<3O I KCOW2r-wU1- JQ—I-Wm0S 0D0'Cfr- Li JN ONJOw2U •2'- WVOWU'S mwww2<--WZf-OUNa WCZN -Q-Q- <S><X—<UOWUSQU-- 2OOwaaOWW < ¢- a. JJ LOXNm CEW Q_= F -CO. -• 00 m- 000— iNNOW<a U—<wtn WU<UU4 W J LLH o< U w wU H- O< w < ¢W mQ W Nm < Z JN U < W w KO O OW N L 0 OO w - U ' a n O Q 0 J 0 a_ W 1 cc J ,s< W 0 V) • F LL zOW N Z U WW< N Qox < ' OK W OWO W < N < CE U W< W _ y We aO^< WQ N UNOa J3 0 W OO NO or -- O< JO W J0 O OM W< W N W 1 K I 71 I I I L L I I I I I I I I I I I INSURANCE FORMS SECTION F L J CERTIFICATE OF INSURANCE I I L I I I I J I LI I I I I H TO: CITY OF FAYETTEVILLE, ARKANSAS Date: NAME OF PROJECT: PROJECT NUMBER: THIS IS TO CERTIFY THAT (Name and Address of nsure is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workers'_Compensation nation Comprehensive General Bodily Injury: Liability Insurance Ea. Occurrence $ (Public Liability) Property Damage: Ea. Occurrence $ Blasting Ea. Occurrence: $ Collapse of Buildings or structures adjacent Ea. Occurrence: $ to excavations Damage to Underground Ea. Occurrence: $ Utilities Builder's Risk Bodily Injury: Comprehensive Ea. Person $ Automobile Ea. Occurrence $ Liability Property Damage: Ea. Occurrence $ Bodily Injury: Contractual Liability Ea. Occurrence $ Property Damage: Ea. Occurrence $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change of cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. Fayetteville Agent 11 Address I I L H I L I I I I I I I I I U Li I MANHOLE REHABILITATION SCHEDULE SECTION G I I I I I I I I I I I I J I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, 8 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 6 6 7 6 9 10 11 1 1-(01009 GREGG AVENUE(IN THE FIELD) NO WORK REQUIRED N C 7.60 2 -(01)010 GREGG AVE % X X X N C 7.72 3 1401 011 332 WREN CIRCLE % X N C 640 4 1 01 012 416 WREN CIRCLE % X % X N C 9.20 5 I Ol 013 332 NIGHTINGALE REAR % A X N C 580 8 1-401)014 348 NIGHTINGALE NOT INSPECTED GATE. DOG 7 1-(01)015 416 NIGHTINGALE NOT INSPECTED GATE. DOG 8 1-401)016 346 REDWING CIRCLE X A X X N C 4.60 9 1-(01)017 356 REDWING CIRCLE X % % X N C 5.20 10 101018 416 REDWNG CIRCLE X X X N C 650 11 101)019 330 SWALLOW DRIVE X X N C 6.40 12 1-401)020 417 REDWING CIRCLE X % X % N C 8.50 13 1-401)021 331 SWALLOW CIR % ffix X N C 570 14 I(01)022 415 SWALLOW CIR X X X N C 6.40 15 1 01 023 GREGG AVE X N C 6.75 18 1-401)024 GREGG AVE % X N C 700 17 1-401)025 GREGG AVE NO WORK REQUIRED N C 7.05 18 �(01)026 GREGG AVE NO WORK REQUIRED N C 640 19 1-401)027 HWY 71 EASEMENT NO WORK REQUIRED N C 6.33 20 1-401)028 GREGG AVE HWY 72 X % X N C 9.02 21 1-401)029 GREGG AVE SHILOH OR % X N C 9.90 22 1-401)030 GREGG AVE MILSAP X X N C 8.85 23 1401)031 GREGG FUTRALL DR X X X N C 748 24 1-(01)032 GREGG AVE HWY 72 X A X N C 860 25 1(01)033 GREGG ST EASEMENT X X X N C 10.71 28 -(01)034 GREGG ST EASEMENT X A X % N C 843 27 1-(01)035 HWY 71 / 1 540 EASEMENT X X X N C 5.25 28 1-(01 38 HWY 71 11540 EASEMENT X % % N C 559 29 1401)037 HWY 7111 540 EASEMENT X X X N C 5.73 30 1-401)038 HWY 7111 540 EASEMENT X X X N C 7.22 31 1-401)039 HWY 71/I 540 EASEMENT X X % N C 9.41 32 1-(01)040 HWY 71 / 1540 EASEMENT % % X N C 10.20 33 101)041 HWY 71 /1540 EASEMENT X % % N C 10.53 34 1-(01)042 HWY 7111540 EASEMENT X % X N C 12.55 35 1.01)(43 HWY 7111540 EASEMENT X X X N C 15.82 36 1401)044 HWY 71 / 1 510 EASEMENT X X X N C 18.54 37 1401 )045 HWY 71 11540 EASEMENT X x x X N C 20.35 38 I-(01)046 HWY 71/1540 EASEMENT X X X X N C 17.15 39 1-01)047 HWY71/1540 EASEMENT X X X X N C 12.11 40 1- 01 8 HWY 71 / 1540 EASEMENT X % % X N C 7.80 41 I-01 8A HWY71/1540 EASEMENT X X X N C 8.05 42 I-(01)049 HWY 71 / 1540 EASEMENT % A % X N C 6.65 43 1-(0I)050 HWY 71 / 1540 EASEMENT X % X N C 6.40 44 1-401)051 HWY 71/1 540 EASEMENT X % N C 5.90 45 I - (0I)052 52 HWY 71 / 1540 EASEMENT X A X X N C 4.60 46 1401)053 HWY 71 11540 SERVICE RD X X N C 7.50 47 1-401)054 2805 POINT CIRCLE X X N C 19.05 48 1-01)054A HWY112 X X X N C 690 1 EGFND P- PAVED (Sc. Swfa Type) NP - NON -PAVED (See Swfa Type) FV- FIELD VERIFY WALL CONSTRUCTION B - BRICKIBLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F - FLATTOP WORK TTE51 DFSCRJF11ON BID rrnsisi I REPLACE MANHOLE FRAME A COVER 1 2 SEAL FRAME B GRADE ADJUSTMENT 2.3.4 ' 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7, 8,9 5 GROUT PIPE SEALS, LOWER I8. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11. 12 ' 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH IS 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALL WATERTIGHT INSERTS 20. 21 Page 1 1v1fl2 I LI I Li I I I I E I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH F 1 2 3 4 5 6 7 8 9 10 11 49 I-(01)055 HWY112$41 X X N C IV 50 1(01)056 2665 HWY 112 NO WORK REQUIRED N C 21.90 S1 I.(01)057 2865 HWY 112 X X N C 1460 52 I-(01)058 2795MCC0NNELL AVE X X N C 655 53 I-01)059 2795 MCCONNELL AVE X X X N C 7.95 54 1-(01)060 2795 MCCONNELL AVE NO WORK REQUIRED N C 6.70 55 101)060A 2795 MCCONNELL AVE NO WORK REQUIRED N C 7.60 56 1{01)061 2787MCC0NNELL AVE X % X N C 655 57 I-(01)062 3700 DRAKE ST X X X N C 11.00 58 1-(01063 3700 DRAKE ST NO WORK REQUIRED N C 6.45 59 I-(01)064 3702 DRAKE ST HWY 112 NO WORK REQUIRED N C 5.55 60 1-(01)065 1100 HWY 112 NO WORK REQUIRED N C 6.20 61 I-(01)086 1200 HWY 112 NO WORK REQUIRED N C 11.40 62 I -(01 )067 1300 HWY 112 A X X N C 655 63 1.01)068 2752 HVYY 112 X X N C 11.40 64 101 9 2752 HWY 112 X X N C 735 65 101)070 228 ISLEY ST NO WORK REQUIRED N C 4 95 66 101)071 228ISLEY ST NO WORK REQUIRED N C 645 67 1.01 072 273 ISLEY ST X X N C 625 68 I-(01)073 300 CASSETT X X X X N C 10.15 69 Ii01)074 213 YOUNG ST NO WORK REQUIRED N C 6.20 70 1.01)075 213 YOUNG ST X X N C 5.65 71 1-(01)076 2650 YOUNG ST X X X X P C 10.25 72 I-01)077 2650 YOUNG AVE X X X N C 840 73 1401 078 1005 MEADE ST NO WORK REQUIRED N C 8.00 74 01079 2650 YOUNG AVE X % % X P C 5.85 75 I-(01)081 1388 HWY 112 X X X N C 5.90 76 I-(01)082 1386 HWY 112 X X % X N C 6.30 77 I-(01)083 1386 HWY 112 X X % X N C 6.50 78 1-401)064 1366 HWY 112 X X X X N C 545 79 1-(01)084A 1367 HWY 112 NO WORK REQUIRED N C 6.25 80 i-(01)085 1386 HWY 112 NOT FOUND - BURIED 81 1.(01)056 1366 HWY 112 X X X X N C 562 82 I-(01)087 1366 HWY 112 X X % X N C 5.90 83 101)089 2540 HWY112 X X A X X N C 1225 84 1{01)090 HWY 113 X % A X X N C 6.90 85 1-(01)091 1550 HWY 112 X X N C 7.70 86 I-01)092 1550 TRUCKERS DR X X X P C 665 87 01)093 1507 TRUCKERS DR X X N C 5.50 88 1-(01)094 2540 HWY 112 NO WORK REQUIRED N C 9.25 891-(0I)095 2540 HWY 112 % IAi i i I I I IX N C 7.30 90 I-(01)096 2540 HWY 112 NO WORK REQUIRED N C 6.52 91 1-(01)097 2617 HWY 112 X % X X N C 7.90 92 I-(01)096 3450 HWY 112 X X A X X N C 13.00 93 I. 01 099 3510 HWY 112 X X X N C 1232 94 1-(01)100 3509 //WY 112 % % X N C 10.60 95 1.01 101 3450 HWY 112 X X N C 12.55 96 I.01)102 3450HWY112 X % N C 10.80 LEGEND WAIL_ CONSTRUCTION P - PAVED (See Surfr< Type) B - BRICK/BLOCK NP - NON -PAVED (See Surface Type) C- CONCRETE PRECAST/POURED ES' -FIELD VERIFY FGFIBERGLASS F - FLATTOP WORK iTEM DESCRIrHON BID TTT+MISI 1 REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME & GRADE ADJUSTMENT 23.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8,9 5 GROUT PIPE SEALS. LOWER IB- OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 1 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH IS 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 II INSTALL WATERTIGHT INSERTS 20. 21 Page 2 12213f2002 I I I I I I J I k I Li I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 01, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (FT) 1 2 3 4 5 6 7 8 9 10 II 97 1-401)103 3518 HWY 112 X X X N C 10.55 98 1-401)104 1481 VAN ASCHE ST X % A X X N C 10.10 99 101)105 3582 VAN ASCHE DR X % A X X N C 7.20 100 1-401)106 3582 VAN ASCHE ST X X N C 5.20 101 1-401)111 2600 GREGG AVE LINE REPL7 C 102 1401 112 GREGG AVE (IN THE FIELD % X X X X N C 7.50 103 01)113 332 WREN CIR % % A X X X N C 7.70 104 1-(01)111 3511 SANDPIPER DR % % A X X N C 9.30 105 101)115 3541 SANDPIPER DR A X X N C 9.10 106 101)116 3556 NORTHWOOD AVE % X A X X N C 1.60 107 1-(01)117 3525 NORTHV400D AVE C N C 1.50 108 µ01)118 3180 NORTHWOOD AVE C N C 5.80 109 1401)119 3424 NORTHWOOD AVE % X A X X N C 1.60 110 I-(01)120 3509 SANDPIPER DR X % X X N C 8.30 111 1-401)121 3509 SANDPIPER DR X X A X X N C 810 112 01)122 3533 SANDPIPER DR x X x x N C 1.50 113 101 123 3481 SANDPIPER DR % X X X N C 7.90 114 1{01)121 3433 SANDPIPER DR X A X N C 8.20 115 1.01 125 3436 SANDPIPER DR X % X X N C 530 116 01)128 NIGHTINGDALE CT X X N C 7.50 117 1{01)127 GREGGAVE X % X X N C 7.10 115 1-(01)128 GREGG AVE X X N C 8.63 119 1{01130 HWY72 % % X X P C 6.80 120 I-(01)13DA FUTRALL DR X P C 16.75 121 I- 01 131 FUTRALL DR X X X P C 16.10 122 1-(01)132 38 APPLEBY RD NOT FOUND 123 1-401)133 45 APPLEBY RD X X X N C 1010 124 1-(01)150 3688 FRONT STREET X X % X N C 6.60 125 01)151 FRONT ST AT SAIN ST BURIED 126 1-401)152 SAIN ST X X X X P C 13.05 127 1401 153 SAIN STREET % N C 7.22 128 1-401)151 FRONT STREET X % % X P C 9.30 129 I-(01)155 FRONT STREET NOT FOUND 130 I -(01)155A 2043 FRONT STREET XIXI I lxiX P C 9.70 131 1-(01)155B 3500 N COLLEGE AVE REAR NO WORK REQUIRED N C 3.90 132 I -(01)155C 1088 MILLSAP REAR NO WORK REQUIRED N C 1.65 133 1-401)156 MILLSAP AT FRONT ST X % % X P C 7.50 134 I-(01)157 COLLEGE AV AT MILSAP X X % X P C 6.90 135 1- 01 157A 3416 COLLEGE AVE X X X P C 6.95 136 I-(01)158 3416 COLLEGE DR . X % A X P C 8.90 137 101)160 3372 COLLEGE AVE REAR X % A % X P B 6.50 138 1-(01)162 1500 MASONIC DR X X A % X P B 7.55 139 1-(01)163 3411 COLLEGE AVE X X A % X N C 5.30 140 1-401)164 728 MILLSAP RD NO WORK REQUIRED N C 5.10 141 1-(01 165 720 MILLSAP ROAD X X X N C 8.90 112 1-401)168 720 MILLSAP ROAD % x % X N C 5.65 143 1-401)187 755 MILLSAP ROAD x x % X N C 4.80 144 1-401)166 3593 MILLSAP ROAD X % X X N C 5.10 LEGEND -PAVED PAVED (Set Surtxe Type) NP - NON -PAVED (See Swfae Type) FV- FIELD VERIFY !- to B- BRICKIBLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F - FLATTOP I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME & GRADE ADJUSTMENT 2, 3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7, 8.9 5 GROUT PIPE SEALS. LOWER I8OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE. MANHOLE BENCH & TROUGH 13 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALL WATERTIGHT INSERTS 20, 21 Page 3 12113(2W2 I I 1 I I I I I I I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05,18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (FT) 1 2 3 4 b 6 7 8 9 10 11 145 1-101)170 6761 KATHLEEN CIR NOT FOUND 146 1-401)171 KATHLEEN CIR NO WORK REQUIRED N C 840 147 1-401 172 2429 MARY DR X* I I I I I I IX N C 1535 148 1-401)173 2383 JACK DRIVE NO WORK REQUIRED N C 6.10 149 101)175 6783 KATHLEEN CIR NO WORK REQUIRED N C 9.60 1501-(01)I76 2505 MARY DR XIXI I lxiX N C 11.60 151 4(01)177 2485 MARY OR NOT INSPECTED - FOUND - BURIED 152 I-(01)178 2429 MARY DR NO WORK REQUIRED N C 8.40 153 I-(01)179 6699 JACK DR X N C 10.40 154 1-(01)180 6657 JACK DR X X X X P C 580 155 I-(01)181 2545 YVONNE DR X N C 7.00 156 1401 182 2479 YVONNE DR NO WORK REQUIRED N C 14.40 157 I{01 183 2405 YVONNE DR % N C 9.30 158 1-401)184 2593 JANE CIR DR % X X N C 4.10 159 1401 185 2559 JANE CIR DR NO WORK REQUIRED N C 13.70 160 1401 188 2473 JANE CIR DR NO WORK REQUIRED N C 10.40 181 1401 187 2371 JANE CIR DR % I % I I I X N C 11.40 162 1401 198A 675 JOYCE BLVD NO WORK REQUIRED P C 10.30 163 1401 1988 675 JOYCE BLVD % I % I I I I X P C 9.20 164 1{01)198C 675 JOYCE BLVD NO WORK REQUIRED P C 5.20 165 1401 199 675 JOYCE BLVD % % A X X P B 5.40 166 1{01200 3901 JOYCE BLVD % X N C 5.90 167 I-(01)201 3901 JOYCE BLVD X % X X N C 5.00 168 1{01202 741 JOYCE BLVD X % A X X P B 5.90 169 I-401 202A 744 JOYCE BLVD NO WORK REQUIRED P C 4.60 170 101 2028 744 JOYCE BLVD X X X P C 4.00 171 101 202C 3939 JOYCE BLVD X % X X P C 5.20 172 1-(01)203 3939 JOYCE BLVD X X A X X P 8 7.00 173 1-(01)204 670 JOYCE BLVD X % A X X P B 6.10 174 I-(Ot)204A 670 JOYCE BLVD NO WORK REQUIRED P C 6.20 175 1-(01)205 4083 SHILOH DR X X X X X N C 11.60 176 01)206 4083 SHILOH DR X X A % X N B 6.70 177 1.(01)207 4083 SHILOH DR REAR X X % A X N C 6.90 178 101208 4143 SHILOH DRIVE X X X X N C 4.50 179 101209 4143 N COLLEGE AVENUE % % X X P C 11.30 180 101 210 4201 N COLLEGE AVENUE X X X P FV FV 181 1401 211 4201 N COLLEGE AVE X X X X P C 14.05 182 101 213 4201 SHILOH DR MALL X % X A X N C 33.10 183 1-401)214 4201 SHILOH DR % X X % P C 14.20 184 101 215 4201 N COLLEGE AVE % X P C 9.60 185 101 216 4201 N COLLEGE AVE % % x X P C 10.20 186 1-401)217 4201 N COLLEGE AVE X X P C 925 187 1-(01 218 4201 N COLLEGE AVE X P C 7.85 188 101)218A 4201 N COLLEGE AVE X % P C 880 189 1-01220 4201 N COLLEGE AVE NX XX P C 565 180 01 2214201 N COLLEGE AVE XX P C 5.95 191 I. 01 221A 4201N COLLEGE AVE % X P C 470 192 I.01221B 4201 N COLLEGE AVE % % X P C 5.43 LEGUffi P - PAVED ee (SSurfxs Type) NP - NON -PAVED (Sc. Surface Type) FV- FIELD VERIFY WALL ONcm uCTTON B - BRICK/BLOCK C- CONCRETE PRECAST/POURED FG-FIBERG LASS F - FLATTOP ' WORK TTEM DESCRIPTION BID ITEM(S) I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME& GRADE ADJUSTMENT 2.3,4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 5 GROUT PIPE SEALS. LOWER 18OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 11 INSTALL WATERTIGHT INSERTS 20, 21 ' Page 4 l2/I2 I I I I I I I I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05,18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 193 1-401)222 4201 N COLLEGE AVE X X X X P C 10.60 194 1401 223 4201 N COLLEGE AVE % X P C 12.00 195 1-(01)224 4201 N COLLEGE AVE % P C 11,45 196 101)224A 4201 N COLLEGE AVE X X % X P C 1145 197 I.(01)2248 4201 N COLLEGE AVE X x x % P C 10.50 198 1-(01)226 4201 N COLLEGE AVE X % % X P C 8.02 199 1401 237 755 MILLSAP ROAD X X X P F 4.25 200 1401 238 4083 SHILOH DR % N B 6.10 201 1401 241 300 CASSETT ST X X X N C 6.65 202 101)242 018 APPLEBY RD NOT 203 1{01 242A 18 APPLEBY RD _FOUND NOT FOUND 204 1-401)243 GREGG AVE X % A X X P B 7.40 205 1-101 244 07 APPLEBY RD X % A X X N B 5.30 206 1-401)245 02 APPLEBY RD X X A % X N B 5.90 207 1-401)240 SHILOH DR X X A % X N 5.80 208 1-(07 247 3873 MALL AVE X P C 8.90 209 I-(01)249 3919 MALL AVE X X X P C 11.50 210 1401 250 3919 MALL AVE NO WORK REDUIRED P C 10.20 211 1407 251 3919 MALL AVE NO WORK REQUIRED P C 8.90 212 1401)252 MALL AVE % % P C 11.10 213 1401 253 MALL AVE X X % P C 10.20 214 1401 254 MALL AVE NO WORK REQUIRED N C 6.90 215 1401 255 114 MALL AVE NO WORK REQUIRED P C 7.60 216 I -(01)255A 120 MALL AVE NO REPORT 217 I-(01)256 3919 MALL AVE X X X P C 8.30 218 1-401)257 MALL AV AT JOYCE BVD X % X P F 6.70 219 101 258 JOYCE BVD AT MALL AV NO WORK REQUIRED N C 6.10 220 1.01 258A 578 JOYCE BLVD NO WORK REQUIRED N C 6,40 221 07 259 3919 MALL AVE AT JOYCE NOT INSPECTED - FOUND - BURIED 222 01260 464 JOYCE BLVD NO WORK REQUIRED N C 9.20 223 1-401)262 352 JOYCE BLVD X X N C 4.70 224 101)263 352 JOYCE BLVD X X P C 6.80 225 1-(01)285 PLEASANT RIDGEIVAN ASCHE MX X N C 655 226 Ot 268 7110 PLEASANT RIDGE DR X N C 030 227 01287 4031 LOOKOUT CIR X X N C 5.00 228 1.01268 7110 PLEASANT RIDGE DR NOT FOUND 229 1-401)270 7083 PLEASANT RIDGE DR X % X P C 5.20 230 I-(01)271 7032 PLEASANT RIDGE DR X X X N C 5.30 231 1-(01 272 6940 PLEASANT RIDGE DR X X X P C 7.70 232 I-(01)291 350 MILLSAP RD X % % X N C 8.20 233 1-401)282 302 MILLSAP RD X N C 6.80 234 1-401)283 438 MILLSAP ROAD X % X N C 4.80 235 I-(01)284 516 MILLSAP ROAD NO WORK REQUIRED N C 7.00 236 1 01 285 594 MILLSAP ROAD % %I I I I I I% N C 8.00 237 1-401)286 672 MILLSAP ROAD NOT FOUND 238 I-(01)287 770 MILLSAP RD NO WORK REQUIRED N C 8.25 239 I-(01)287,4 720 MILLSAP RD X X X N C 4.60 240 1-(01)288 772 MILLSAP ROAD X % X N C 5.50 I.EGThD • P - PAVED (Sn Surface Type) NP - NON -PAVED (See Surface Type) FV- FIELD VERIFY WALL CONSTRUCTION B- BRICK/BLOCK C- CONCRETE PRECAST/POURED FOFlBERG LASS F - FLATTOP WORK ITEM DESCRIFION IOB ITEMISI I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME & GRADE ADJUSTMENT 2.3.4 ' 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7, 8.9 5 GROUT PIPE SEALS. LOWER I8. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE. 11.12 ' 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 II INSTALL WATERTIGHT INSERTS 20. 21 ' Page 5 12/132002 I I I I I I I I I I [1 I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH F 1 2 3 4 5 6 7 8 9 10 11 241 1.(01)289 381 MILLSAP ROAD % X X N C 7 15 242 101)290 237 MILLSAP ROAD NOT INSPECTED - FOUND - BURIED 243 1-(01)291 435 MILLSAP ROAD NO WORK REQUIRED N C 6.00 244 101)293 509 MILLSAP RD X X % x P C 8.15 245 101)294 MILLSAP AT PLAINVIEW X J X X N C 7.80 246 101295 3100 PLAINVIEW AVE NO WORK REQUIRED N C 7.80 2471-401)296 3385 PLAINVIEW AVE I I I lxiX N C 1110 248 101297 2787 MCCONNELL ROAD NO WORK REQUIRED N C 5.40 249 101)304 1508 BURR OAKS DR NO WORK REQUIRED N C 12.20 250 1401)308 1515 BURR OAKS DR NO WORK REQUIRED N C 6.50 251 1-401)311 1727 RED TIP DR X X X P C 5.25 252 -(01)316 1400 MASONIC DR X 7. A X X P B 7.45 253 I-(01)317 3411 NOTTINGHAM PLACE X X X N C 540 254 1-401)318 3423 NOTTINGHAM PLACE NO WORK REQUIRED N C 560 255 1-401)319 3470 NOTTINGHAM PLACE I I I I X N C 6.50 258 1-402)011 332 WREN CIR NO REPORT N C 8.40 257 02 012 3270 WIMBERLY DR XIXI IAIXIX P C 9.80 258 1402 013 3270 WIMBERLY DR REAR NO WORK REQUIRED N C 870 259 1-402)014 3195 BUTTERFLY DR. X X N C 14.60 280 1-402)015 3173 BUTTERFLY DR. X X N c 15.80 281 1{02016 3133 BUTTERFLY DR. NOT INSPECTED -LOCKED GATE. DOGS N C 4.60 262 1.402)017 3133 BUTTERFLY DR. NOT INSPECTED - LOCKED GATE. DOGS N C 5.20 263 1-402)018 APPLEBY RD. X X x N C 8.50 254 102)01BA 152 APPLEBY ROAD X X N C 7.10 265 1402 019 152 APPLEBY RD. X X X X N C 6.40 266 1402 020 152 APPLEBY RD REAR X X X N C 8.85 267 I-402021 347 VILLAGE DR IN FIELD X % X N C 9.80 285 1402)022 200 APPLEBY RD X X x X N C 11.20 289 1-(02)023 200 APPLEBY RD CLEANOUT 270 1-(02)024 433 VILLAGE DR REAR X X X N C 5.55 271 102)025 WEST OF WAYNE DR X X X X N C 8.20 272 1-402)028 453 VILLAGE DR REAR X x x X N C 8.40 273 1.(02)027 WAYNE DR AT APPLEBY X X X N C 5.30 274 1-402)030 2934 APPLEBY RD REAR X X % X N C 8.90 275 1-402)031 2999 COLLEGE AVE REAR X % A X X N C 8.25 276 1-402)032 MALINDA DR REAR NO WORK REQUIRED N C 5.20 277 1-(02)033 3034 MALINDA DR REAR A % X N C 6.25 278 102 034 277 VILLAGE OR X X N C 6.00 279 102 035 233 VILLAGE OR X % X N C 8.00 280 1402)036 233 VILLAGE DR X X X N C 8.50 291 I-(02)037 453 EAST MALINDA DR X X X N C 3.50 282 102)038 513 EAST MALINDA DR X X X X N C 283 1-(02)039 217 JASON DRIVE % X A % X N C 12.20 294 1-(02)040 335 VILLAGE OR X X A X X N C 3.80 285 1-402)041 371 VILLAGE DR X X % X N C 5.15 289 02042 409 VILLAGE DR REAR X X % X N C 4.90 287 1-402)043 351 PHARRIS DR REAR % X % N C 7.00 288 1 02044 377 PHARRIS DR X A % N C 6.00 LEGEND WALL CONSTRUCTION P - PAVED (See Surface Type) B- BRICKIBLOCK NP - NON -PAVED (Sn Surface Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FG-FIBERGLASS F• FLATTOP WORK TIMM DESCRJPI1ON BID IITiMIS1 I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME A GRADE ADJUSTMENT 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7, 8,9 5 GROUT PIPE SEALS. LOWER 18. OF MANIIOI.E INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11,12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS IS II INSTALL WATERTIGHT INSERTS 20. 21 Page 6 12113r2002 I I L I I I I I I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05,18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 6 6 7 8 9 10 11 289 1-(02)045 389 PHARRIS DR X X X N C 4.70 290 1{02)046 389 PHARRIS DR X X X N C 5.50 291 I{02)047 658 VILLAGE DR X X A X N C 7 292 1 (02)048 590 VILLAGE DR X X N C 7.00 293 1-(02)049 331 PHARRIS DR REAR NO WORK REQUIRED N C 7.35 294 -(02)050 330 PHARRIS DR X X X N C 725 295 -(02)051 346 PHARRIS DR NO WORK REQUIRED N C 890 296 I-(02)052 575 MARGARET PLACE X X A X X N C 7.75 297 -(02)053 364 PHARRIS DR X A N C 8.45 298 1- 02 54 378 PIIARRIS DR X A X N C 6.75 299 1-(02)055 3043 MALINDA DR REAR X X A X X N C 7.20 300 1-(02)058 334 MALINDA DR REAR X X A X X N C 7.00 301 02 057 464 MALINDA DR X X A X X N C 8.00 302 1402 )058 3200 MALINDA DR REAR X X N C 6.10 303 1{02)059 3160 MALINDA DR REAR NO WORK REQUIRED N C 5.70 3041-(02)060 3038 MALINDA DR X % A X X N C 7.05 305 I-(02)061 3195 N COLLEGE AVE NOT FOUND 306 I-(02062 3195 N COLLEGE AVE NOT FOUND 307 1402)064 3195 N COLLEGE AVE X X A X X N C 5.70 308 1 02055 3195 N COLLEGE AVE NOT FOUND 309 1(02)066 3195 N COLLEGE AVE DOES NOT EXIST 310 1-(02068 3195 N COLLEGE AVE X X X N Grouted 4.45 311 1(02)069 3195 N COLLEGE AVE X X X X N C 312 1{02)070 3223 N COLLEGE AVE X X X N C 313 1- 02)071 3251 N COLLEGE AVE X X A X X N C 5.00 314 1402)072 100 PLAINVIEW AVE X X N C 8.45 315 102)073 102 PLAINVIEW AVE X X N C 8.50 316 1.02)074 710 PLAINVIEW AVE X X A X X P C 8.60 317 I-02)075 791 LONGVIEW ST X X X X P C 6.00 318 1{02)076 COLLEGE AVE REAR X X X X P C 5.70 319 102)077 746 LONGVIEW ST X X X X P C 4.85 320 102 079 3049 N COLLEGE AVE X X X X P C 10.30 321 1{02 1 3107 COLLEGE AVE X X A X % P C 10.30 322 H02)082 3155 COLLEGE AVE X % A X N B 5,75 323 1{02)083 3075 N COLLEGE AVE X X A X X X P C 5.70 324 02 3061N COLLEGE AVE X X X N C 5.90 325 02085 3007 COLLEGE AVE X X N C 8.00 326 102 88 2985 N COLLEGE AVE X X X N C 7.05 327 1{02 087 2971 N COLLEGE AVE X X X X P C 8.35 328 102)088 3107 COLLEGE AVE X X X N C 10.60 329 1{02)089 3120 COLLEGE AVE X X A X X N C 11.80 330 1{02 3102 COLLEGE AVE X % A X X P B 9.10 331 1402)091 3292 HAROLD ST X X A % X N B 7,40 332 1{02092 HAROLD ST AT LEE AVE X A X N B 5.75 333 1{02)093 3224 LEE AVE X X A X X P B 480 374 1{02)091 3255 LEE ST X X X X P C 5.15 335 1{02)095 3280 LEE AVE X X A X X P B 6.60 336 1{02)096 107 BERTHA ST X X A X X N C 4.00 ISCEND WAIT. CONSTRUCTION P . PAVED (Set S 1.ce Type) B - BRICKJBLOCK NP - NON -PAVED (St Scfaa Type) C. CONCRETE PRECAST/POURED FV. FIELD VERIFY FG-FIBERGLASS F -FLATTOP WORK TIEM DESCRIPTION BID ITENUSI 1 REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME& GRADE ADJUSTMENT 2.3,4 I 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 5 GROUT PIPE SEALS, LOWER 18' OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11, 12 7 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH A TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALL WATERTIGHT INSERTS 20, 21 ' Page 7 12217(2002 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB WORK ITEMS SURF WALLN4SO NO. MANHOLE LOCATION 1 2 3 4 6 6 7 8 9 10 11 TYPE CONST 337 -(02)097 3300 MARTIN AVE X X A % X P B 338 102098 3301 MARTIN AVE X X A X X N B 339 1-(02)099 3355 MARTIN AVE X X A X X P B340 1-402)100 HAROLD ST AT SARA LN X X A X X P B341 1-(02)101 3184 COLLEGE AVE REAR X X A X P B342 I-(02)102 3110 COLLEGE AVE X X A X X X P B343 102 103 1133 HAROLD ST X X A X X N B 344 102)104 HAROLD AT SHERYL AVE X % A X X % N 8 345 1-(02)105 1385 HAROLD AT STUBBFIELD X X A X X P B 5.20 346 I-(02)106 1IS STUBBFIELD AT BERTHA X X A X X N B 5.95 347 1-(02)107 117 BERTHA ST X X A X X N B 660 348 I-(02)108 110 NOLAN AVE X X A % X N 8 765 349 1-(02)109 112 ALICE ST X X A X X N B 565 350 102 110 112 ALICE ST X X A X X N B 5.15 351 I-(02)111 1318 STUBBFIELD DR X X X N C 8.25 352 1-(02 112 13 STUBBFIELD DR X X A X X N C 760 353 1-402)113 1356 STUBBFIELD X X X X P C 680 354 -(02)114 3290 SUMMERHILL X X X P C 5.80 355 102 115 3300 SUMMERHILL X X X P C 6.65 356 102)118 1408 LANGSTON PL X X X P C 6.20 357 102)117 1470 LANGSTON PL X % A X X N C 4.90 358 -(02)118 1408 SUMMERHILL DR X X X X P C 7.30 359 -(02)119 1307 WINBLEDON PL X % A X X N C 5.20 360 I-(02)120 1408 SUMMER HILL X % X P C 7.30 361 1.02 121 1405 WINDSOR PL SUMMERHILL X X A X P C 6.15 362 1-402)122 14651MNDSOR PL X X X X N C 400 363 102)123 1420 WINDSOR AT SUMMERHILL X X X X P C 650 364 -(02)124 1305 OXFORD PL X % X X N C 410 365 1-(02)125 3416 SUMMERHILL DR X % A X X P C 730 386 I-(02)126 1372 MASONIC DR X N C 9.05 367 1-402)127 1482 MASONIC DR X X A X X N B 545 388 1-402)128 1338 MASONIC DR X X X X N C 9.05 369 1-402)129 1304 MASONIC DR X N C 8.95 370 1-(02)130 3158 SHERYL AVE X X A X X N B 5.10 371 -(02)131 3100 SHERYL AVE X X A X X N B 6.60 372 102132 3034 SHERYL AVE X X A X X N B 6.60 373 1-402)133 ROLLING HILL SHERYL X X A X X N B 7.90 374 I-(02)134 1300 ROLLING HILL DR X X A X X N B 6.80 375 1402)135 1300 ROLLING HILL DR C P B 2.82 376 I-(02)138 ELIZABETH OAKCLIFF X % A X X P 0 3.40 377 1-(02)137 2860 ELIZABETH AVE X X X X P C 830 378 I-(02)138 1366 ELZABETH AVE X X A X X P B 645 379 1-(02)139 2766 ELIZABETH AVE X X A X X N B 555 380 I-(02)140 1420 R05EMONT ST C N B 3.10 381 H02)141 1441 OAK MANOR DR X X A X X N B 10.95 382 1-402)142 1422 OAK MANOR DR X X A X N B 5.20 383 102)113 2832 CENTERVIOODOAKMANOR X X A X X P B 4.90 384 102)144 2824 CENTERWOOD RD X X A X X P B 465 LEGEND WALL CONS7RUCf7ON P - PAVED (Sc, Surface Type) B - BRICK/BLOCK NP - NON -PAVED (Sec Surfrc Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FG-FIBERGLASS F -FLATTOP WORK ii t.M DESCRIPTION BID fT,IIS I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME & GRADE ADIUSTMENT 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7.8.9 3 GROUT PIPE SEALS. LOWER I8. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11,12 7 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 13 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 11 INSTALL WATERTIGHT INSERTS 20.21 Page 8 12/112002 I I I I 11 I I I I I I I I C1 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02. 03. 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 385 NO2)147 1440 HILLOALE DR X X A X X N B 670 388 102)148 2799 CENTERWOOD RD REAR X X A X X N B 470 387 1-(02)150 ELIZABETH AVE X X A X X N B 720 388 402)151 2701 ELIZABETH AVE X X A X X 389 02)152 2623 ELIZABETH AVE X X A X N B 7.90 390 I-(02)154 2644 CENTERWOOD DR C N B 405 391 1(02)155 1417 MEADOWCLIFF X X A X X N B 7.35 392 1{02)156 1435MEADOWCLIFF DR X X A X X N B 1050 393 102157 1403 MEADOWCLIFF X % A X X P B 5.20 394 -(02)156 2611 ELIZABETH AVE X X A X X N B 9.50 395 102159 1403 MEADOWCLIFF DR X X A X X N B 6.75 396 102)162 2777 ELIZABETH AVE X X A X X N B 6.70 397 -(02)163 2516 ELIZABETH AVE X X A X X X N B 6.50 398 -(02)164 2520 ELIZABETH AVE X X A X X N B 0.50 399 1402 165 1120 ROLLING HILL DR X X A X X N B 8.00 400 1-402)168 3000 ROLLING HILL DR X X A X X N B 7.85 401 -(02)I87 964 ROILING HILL X X A X X N B 3.70 402 I-(02)168 945 OAK MANOR DR X X A X X N B 9.30 403 02)189 943 OAK MANOR DR X X A X X N B 7.85 404 l-(02)170 947 OAK MANOR DR X X A X X P B 6.60 405 1-(02)I71 1001 OAK MANOR DR X X A X X N B 7.50 408 102)173 1156 GLENN LN X X A X X N B 6.60 407 1-402)174 1048 GLENN LN X X A % X N B 770 408 I-(02)175 1018 GLENN LN X X A X X N B 8.35 409 1402)176 BONNIELN X X A X X N B 7.60 410 102 177 1034 BONNIE LN X X A X X N B 7.80 411 1-402)180 1034 BONNIE LN X X A X X P B 7.80 412 1.(02 181 1020 BONNIE LN X % A X X N B 6.00 413 102 182 1039 BONNIE LN X X A X X N B 7.10 414 102 183 1012 OAKS MANOR DR X X A X X N B 7.00 415 1-402)184 1000 OAKS MANOR OR X X A % X N B 7.00 418 1-402)185 1120 OAK MANOR DR X X A X X N B 6.30 417 l-(02)186 2847 SHERYL AVE C P B 7.65 418 1-402)187 2847 5HERYL AVE X X A X X N B 7.85 419 I-(02)188 1142 OAK MANOR DR NOT INSPECTED - BURIED 420 1-402)191 1045 OAK MANOR DR X X A X X N B 520 421 1-(02)192 1007 OAKS MANOR DR X X A X X N B 8.00 422 1-(02)193 2796 5HERYL AVE X X X X N C 7.50 423 02)194 2700 ROSEWOOD AT SHERYL X % A X X N FG 9.20 424 1-402)195 2813 ROSEWOOD DR X X A X X P B 10.70 425 1-402)196 2613 ROSEWOOD DR X % X X P C 10.00 428 102197 2708 SHERYL AVE X X X X N C 8.70 427 1-402)198 2710 SHERYL AVE X X A X X N C 10.60 428 I-(02)199 2710 SHERYL AVE X X A X X N C 10.00 429 02200 2715 SHERYL AVE X X A X X N C 7.55 430 02201 2742 SHERYL LN X X X X N C 4.70 431 02202 2742 SHERYL LN X X X X N C 7,70 432 02203 2742 SHERYL LN X X X X N C 5.25 IJEGEBII P. PAVED (See Surface Type) NP - NON -PAVED (See Saha Type) FV- FIELD VERIFY WALL ONS7R'CTlON B - BRICK/BLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F - FLATTOP WORK ITEM N BID ITF.MIS) I REPLACE MANHOLE FRAME A COVER 1 2 SEAL FRAME 8 GRADE ADIUSTMENT 2. 3. 4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 9.9 3 GROUT PIPE SEALS. LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11,12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 I I INSTALL WATERTIGHT INSERTS 20. 21 ' Page 9 +v12 I I I I I I I I I I I I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03,04, 06,18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 433 I-(02)204 1048 WENDY BROOKE LN X X A X % N C 580 434 1-402)205 974 WENDY BROOKE LN X X % N C 5.70 435 1-(02)208 974 WENDY BROOKE LN X X X X N C 780 436 1-(02)207 967 WENDY BROOKE LN % X A X X N C 6.85 437 1-(02)208 967 WENDY BROOKE LN X X X N C 6.10 438 I-(02)209 2741 SHERWOOD LN X X A X X N C 6.00 439 1{02)210 2820 SHERWOOD LN X X X N C 5.05 440 102)212 2689 SHERWOOD LN X X X N C 500 441 1-402)214 2669 SHERWOOD LN NO WORK REQUIRED N C 815 442 '-(02)215 2831 SHERWOOD LN X X N C 5.30 443 1-(02 218 3120 COLLEGE AVE % X A X X N C 9.55 444 1{02)217 3100 COLLEGE AVE % % A X X N C 7.85 415 1{02)218 3061 COLLEGE AVE X % X X P C 8.60 418 H02)219 3058 MARKET AVE X X X X P C 3.60 447 1-(02)220 3024 MARKET AVE X X X N C 8.85 448 1{02 221 3014 COLLEGE AVE BURIED - NOT INSPECTED 419 1-(02)222 2992 COLLEGE AVE X X A X X X N C 6.15 450 1-402)223 2940 COLLEGE AVE % X A % X N C 10.20 451 1{02)224 2920 COLLEGE AVE % X % x P C 8.40 452 1402)225 2908 COLLEGE AVE X X A X X N B 9.00 453 1-(021226 2670 COLLEGE AVE X X X X P C 5.55 454 1 02)227 2820 COLLEGE AVE % X X X P C 5.35 455 I-(02)229 2518 ELIZABETH AVE NO ACCESS - LOCKED GATE WIDOGS 456 1-402)230 3255 LEE ST X X A X P B 495 457 1-402)231 2800 COLLEGE AVE X X X X P C 340 458 1-402)232 2780 COLLEGE AVE X X X P C 5.80 459 1402)232A 2790 COLLEGE AVE X X X N C 740 460 I-(02)233 COLLEGE AVE X N C 481 l-(02)234 1403 MEADOWCLIFF DR X X A X X N B 9.30 462 1-402)235 111 BERTHA ST X % A X X N B 3.95 463 1-402)236 APPLEBY RD AT JASON X X X N C 4.80 464 02)237 188 CYDNEE AT APPLEBY RD NO WORK REQUIRED N C 12.00 465 102)238 118 CYDNEE ST NO WORK REQUIRED P C 9.55 488 1-402)239 58 CYDNEE ST NO WORK REQUIRED N C 540 467 1.402)240 8 CYDNEE ST NO WORK REQUIRED P C 4.50 488 I-(02)241 8 CYDNEE ST NO WORK REQUIRED P C 5.40 469 1-402)242 55W APPLEBY RD REAR NO WORK REQUIRED N C 6.70 470 1-402)243 2028 FIESTA DR NO WORK REQUIRED N C 3.20 471 1-402)245 359 FIESTA OR X N 2.00 472 1-402)249 401 REDBUD LN X X N C 300 473 1-402)250 533 REDBUD LANE X X % X P C 5.20 474 1-402)251 575 REDBUD LANE X N C 475 1-102)252 520 APPLEBY RD NO WORK REQUIRED N C 476 1(02)253 APPLEBY AT MCKEE CIR NO WORK REQUIRED N C 477I-(02)2542927 MCKEE CIRCLE X X X N F MTS 47I- 02 255 2911 MCKEE CIRCLE NO WORK REQUIRED N C 4791- 02)256 2928 MCKEE CIRCLE NO WORK REQUIRED N C 480 0J 1 3094 APPLEBY RD X X N C LEGEND P - PAVED (See Surface Type) NP- NON -PAVED (See Surface Type) FV- FIELD VERIFY WAIT. CONSTRUCTION B - BRICK/BLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F - FLATTOP WORK ITEM DESCRIPTION Bin riEM(SI I REPLACE MANHOLE FRAME S COVER 1 2 SEAL FRAMES GRADE ADJUSTMENT 2, 3, 4 II PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 3 GROUT PIPE SEALS. LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11. 12 7 SANITARY MANHOLE. SHALLOW IS 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH A TROUGH 13 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALL WATERTIGHT INSERTS 20. 21 Page 10 12/138002 I I I [1 I I I [1 I I I I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, 8 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (FT) 1 2 3 4 6 6 7 8 9 10 11 481 (-(03)002 3094 APPLEBY APARTMENT X % N C 1060 482 1-403)003 3098 APPLEBY APARTMENT X X N C 11.25 483 H03)O05 3050 APPLEBY APARTMENT X x 484 1.03)006 2998 APPLEBY APARTMENT NOTFOUND 485 1{03)007 2986 APPLEBY APARTMENT X X A X N C 905 488 1-03)008 2902 APPLEBY APARTMENT X P C 9.35 487 1-403)009 2800 GREGG AVE AT PARK X % X P C 1030 488 1-(03)010 2700 GREGG AVE X X X N C 8.95 489 1(03)011 2700 GREGG AVE X N C 8.80 490 1-403)012 2600 GREGG AVE AT CREEK X N C 880 491 103)013 224 GREGG AVE AT VILLAGE X X X X N C 9.00 492 103)014 GREGG AVE AT SUNBIRD X X N C 9.75 493 1{07015 2500 GREGG AVE AT CREEK X N C 7.60 494 1{03018 2500 GREGG AVE AT CREEK X X A X X N B 7.50 495 1{0] 017 2400 GREGG AVE X X A X X N B 855 498 I-403 017A 2300 GREGG AVE NO WORK REQUIRED N C 640 497 1{0J 017C 2401 TOWNSHIP ST NO WORK REQUIRED N C 7.10 498 1-403)0170 2373 GREGG AVE NO WORK REQUIRED N C 7.30 499 I -(03)017E 2773 GREGG AVE NO WORK REQUIRED N C 7.55 500 1-403)018 2418 GREGG AVE X X X N C 4.90 501 1{03)019 2418 GREGG AVE X X N C 820 502 1-103)020 2418 TOWNSHIP AT GREGG AV NO WORK REQUIRED P 8 7.55 503 1{03)021 GREGG AVE TOWNSHIP NO WORK REQUIRED N C 770 504 1-403)022 90 TOWNSHIP ST NO WORK REQUIRED N C 4.80 505 1-(03)023 2503 HIRAM PL EASEMENT X X A X X N C 7.45 506 1-(03 024 2503 HIRAM DAVIS PL EASEMENT X X N C 7.40 507 1-(03)026 2514 NEW SCHOOL PL NO WORK REQUIRED N C 4.50 508 1-(03)027 2500 NEW SCHOOL EASEMENT I X I I I X I I I I I X N C 6.65 509 1-40] 028 60 TOWNSHIP ST NO WORK REQUIRED P C 8.10 510 103)0288 188 TOWNSHIP ST NO WORK REQUIRED N C 835 511 107 29 57 TOWNSHIP ST % X I lxiN C 7.70 512 1{03)031 2388 GREENACRES RD NO WORK REQUIRED N C 4.35 513 1403 )032 101 COLTS SQUARE DR C N C 3.85 514 1.403)033 91 COLT SQUARE DR A X N C 1.05 515 1407 83 COLT SQUARE DR X P C 5.50 518 1-403)035 57 COLT SQUARE DR X X A X X P C 5.75 517 1-403)038 46 COLT SQUARE DR X X N C 6.30 518 1-(03)037 03 COLT SQUARE DR X X X X P C 5.65 519 1-(03)038 2355 GREEN ACRES RD X X A X N B 9.25 520 1-403 039 2333 GREEN ACRES DR NO WORK REQUIRED N C 8.85 521 1-(03040 2325 GREEN ACRES REAR NO WORK REQUIRED N C 5.90 522 1-(03041 34 COLT SQUARE DR A X N C 3.70 523 1-(07042 125 TOWNSHIP ST REAR X X X N C 9.05 524 1-(03043 2341 COLLEGE AVE REAR X X A X X N C 16.30 525 -403)044 257 TOWNSHIP ST REAR X X A % X N B 13 20 528 1-403045 257 TOWNSHIP ST X X A X X N C 10.50 527 1-403)046 2325 COLLEGE AVE REAR X X N C 740 528 I-403)047 1980 GREENACRES COLT SQUARE x X X P C 9.20 LEGEND WALL CONSTRULl7ON ' P. PAVED (See S,Khee Tr) 8 - BRICKIBLOCK NP - NON -PAVED (Sn Sichce Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FC-FIBERGLASS F - FLATTOP WORK ITF_N DPSCR1FrION BID 71TA1(S1 I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME A GRADE ADJUSTMENT 2.3,4 ' 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENT1710US B) EPDXY 7.8.9 S GROUT PIPE SEALS. LOWER I8OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11,12 7 SANITARY MANHOLE. SHALLOW 13 9 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS IB II INSTALL WATERTIGHT INSERTS 20, 21 ' Page 11 1v13aoo2 I I I I LI 11 I I I I I [I Cl I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (FT) 1 2 3 4 6 6 7 8 9 10 11 529 1-(03)046 145 EAST COLT DR REAR NO WORK REQUIRED N C 6.20 530 1-(03049 2285 GREEN ACRES RD X X X P C 8.85 531 -(03)050 2147 GREEN ACRES RD X X X P C 7.80 532 1-(03)051 2101 GREEN ACRES RD X P C 7.10 533 1-(03)052 2100 GREEN ACRES RD X % A X X P C 8.00 534 1-403)053 2100 GREEN ACRES RD X % A X X P B 440 535 1-403)054 2103 GREEN ACRES RD REAR X % A X X N B 595 536 03)055 2223 COLLEGE AVE SIDE X % A X X P$B5�90 537 1-403)056 2223 COLLEGE AVE X % A X X P 538 1-403)057 2223 COLLEGE AVE X % A X X N 539 I-(03)058 2244 COLLEGE AVE X X A X X P 540 -(03)059 2202 COLLEGE AVE X % A X X P 541 140J 060 224.4 COLLEGE AVE NOT INSPECTED - BURIED 542 10J 063 2388 COLLEGE AVE REAR X X X X N 543 103)064 2338 COLLEGE AVE REAR X % X X N 544 1-403)067 300 COLLEGE AVE X N 545 I- 03088 2402 COLLEGE AVE X X A % % P , 546 1-403)069 2402 COLLEGE AVE X X A X % N B 4.90 547 1-403)070 COLLEGE AVE X X X X N B 940 548 1-403)071 2425 COLLEGE AVE % % A X % N B 1045 549 1-(03)073 2530 COLLEGE AVE % % % N C 5.40 550 1-403)074 2518 COLLEGE AVE % % X N C 5.20 551 1-403)075 2518 COLLEGE AVE % X X N C 8.30 552 103)076 2485 BROPHY CIRCLE % % A % % N B 5.40 553 1-(03)078 2472 BROPHY CIRCLE REAR % X X X N C 6.40 554 1-(03)079 2472 BROPHY CIRCLE X X X N C 11 30 555 103060 2411 BRONZE TREE VILLAGE A X N C 10.05 558 103081 2411 BRONZE TREE VILLAGE X % P C 9.35 557 1-(03)082 2404 BRONZE TREE VILLAGE X X P C 5.45 558 103 2420 BROPHY CIRCLE A X N C 12.95 559 1.03)084 2418 BROPHY CIRCLE X % X N C 5.80 580 103085 2420 BROPHY CIRCLE REAR X X X X N C 5.25 581 -(03)088 2416 BROPHY CIRCLE REAR % N C 4.15 562 1-403)088 2472 BROPHY CIRCLE X X X N F 3.95 563 1.403)089 2470 BROPHY CIRCLE X % N C 4.35 564 1.07090 2481 BROPHY CIRCLE X X % X N C 840 565 -(03)091 2437 BROPHY CIRCLE X X % X N C 5.10 566 -(03)092 2548 COLLEGE AVE NOT FOUND 567 -(03)093 2548 COLLEGE AVE NOT FOUND 568 -(03)094 2548 COLLEGE AVE NOT FOUND 569 1-(03)095 2564 COLLEGE AVE X % A X X P C 7.10 570 1-(03)096 2570 COLLEGE AVE X X A X X P B 7.40 571 1-(03)099 2570 BROPHY AVE % % A X X N B 7.10 572 -(03)100 BROPHY AVE EASEMENT X X X N C 7.40 573 -(03)10l 2545 KARIN AVE REAR X X X x 574 03)102 2557 KARIN AVE EASEMENT % X X % N C 5.80 575 1-403)103 2557 KARIN AVE X X % X N C 5.90 576 1-(03)104 2510 BROPHY AVE X X A % X N B 6.60 LEGEND WALL CONSTRUCTION ICIION P. PAVED (See Surface Type) B - BRICK/BLOCK NP - NON -PAVED (See Swfa Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FG-FIBERGLASS F - FLATTOP ' WORK ITEM DP ON BID TIKMS) I REPLACE MANHOLE FRAME A COVER 1 2 SEAL FRAME a GRADE ADJUSTMENT 2, 3, 4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING- A) CEMENTITIOUS B) EPDXY 7, 8.9 5 GROUT PIPE SEALS. LOWER 18OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11, 12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH I5 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALLWATERTIGHT INSERTS 20.21 Page 12 12JIV2002 I I I I [1 [1 1l I I [1 I I [1 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05,18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (FT) 1 2 3 4 5 6 7 8 9 10 11 577 '-(03)105 2510 BROPHY AVE X X X P C 18.35 578 1{0] 106 2464 BROPHY AVE X A % N B 6.05 579 1403 107 2464 BROPHY AVE REAR X X A X X N B 6.80 580 1-(03)108 2446 BROPHY AVE X X A X X N B 7.80 581 1-(03 109 2510 BROPHY AVE REAR X X A % X P B 6.95 582 I-(03)110 2510 BROPHY AVE NOT FOUND 583 1{03)111 2510 BROPHY AVE REAR C N C 9.80 584 1{03)112 2508 KARIN AVE X X A X X N B 7A0 585 I-(03)113 2517 KARIN AVE X X N C 5.35 586 J-(03)114 2580 KARYN AVE % X % X N C 5.10 587 I-(03)115 2508 KARIN AVE X X X N C 5.05 588 1.03117 749 TOWNSHIP AT KARIN AV X X A % X N B 7.10 589 I-(03)119 BOO TOWNSHIP AT JUNE WAY X X A X X N C 5.50 590 I-(03)120 II TOWNSHIP ST X X X N C 3.50 591 I-(03)121 2333 JUNE WAY X X A X X N C 7.00 592 H03)122 2309 JUNE WAY C N C 6.35 593 I-(03)125 KARIN AVE EASEMENT % X % X N 594 I-(03)126 2580 KARIN AVE REAR % X % X N C 6.00 595 1-(03)129 2400 JIMMIE AVE X X % X P C 5.75 596 I-(03)130 2520 JIMMIE AVE % X X N C 4.80 597 1-(03)131 2540 JIMMIE AVE % X X N C 8.00 598 I-(03)132 2582 JIMMIE AVE X X X N C 6.40 599 F (03)I33 2510 JIMMIE AVE EASEMENT X X A X X N C 9.20 600 4(03)134 2556 JIMMIE AVE EASEMENT X x X N C 7,40 601 I-(03)135 2582 JIMMIE AVE EASEMENT % X X % N C 625 602 I-(03)136 2519 SHERWOOD LN X X X N C 6.20 603 103 137 2443 SHERWOOD LN X X A % % N C 6.00 604 1-(03)138 2401 SHERWOOD LN X % N C 4.20 605 03145 2878 APPLEBY APARTMENT % X % N C 7.15 606 1-403)146 2887 W EASEMENT DORCHESTER X N C 7.70 607 1.03 147 EASEMENT DORCHESTER NO WORK REQUIRED N C 8.90 608 1-403)148 DORCHESTER DR EASEMENT BURIED 609 1-(03)149 DORCHESTER EASEMENT NO WORK REQUIRED N C 5.55 610 1-403)151 DORCHESTER EASEMENT I X I I I I I I I I X N C 3.90 611 I-(03)152 RIPPLE CREEK DORCHES NO WORK REQUIRED N C 12.15 612 1-403)153 210 RIPPLE CREEK RD X X N C 15.05 613 I-(03)154 2986 QUAIL CREEK RIPPLE X N C 13.32 614 1403)155 2988 QUAIL CREEK DR NO WORK REQUIRED N C 11.60 615 I.(03)158 2973 JOHN WAYNE DR NO WORK REQUIRED N C 5.35 816 1-(03)157 2935 JOHN WAYNE DR X P C 670 817 I-((3)159 3069 JOHN WAYNE DR % N C 3.85 618 107)162 3077 QUAIL CREEK X N C 4.70 819 I-(03)163 2600 COLLEGE AVE X X A X X P B 10.80 620 I-(03)164 2605 COLLEGE AVE % A % X N B 8.20 621 I-(03)165 2692 COLLEGE AVE X X A X X P B 5.95 622 1-403)188 2418 GREGG AVE X A X X N C 5.50 623 1-403)167 2230 COLLEGE AVE X X X X P C 5.35 624 I-(03)171 2545 KARIN AVE LOCATED - BURIED LEGEND WALL CONSTRUCf1OY ' P - PAVED (See Swfaa Type) B- BRICK/BLOCK NP - NON -PAVED (Set Swfan Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FG-FIBERGLASS F.FLATTOP WORK ITEM DD SCR�IVITON RID ITF.MLS) I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME& GRADE ADJUSTMENT 2.3,4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 3 GROUT PIPE SEALS. LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE. SHALLOW 13 B PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 13 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALL WATERTIGHT INSERTS 20, 21 ' Page 13 2/I3/2 2 I C1 I I I I I I 1 I II L FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02.03, 04, 05, 18, 8 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (FT) 1 2 ] ♦ 5 6 7 8 9 10 11 625 1.(03)172 2510 BROPHY AVE NO WORK REQUIRED N C 640 626 I-(03)173 2285 GREEN ACRES RD X X A X X N C 640 627 I-(03)17♦ 2355 GREEN ACRES RD X X X P C 7.70 628 1-(03 175 GREGG AVE REAR NO WORK REQUIRED N C 4.40 629 1-403)176 27 TOWNSHIP ST NO WORK REQUIRED N C 5.00 630 -(03)177 2510 N COLLEGE AVE BURIED 631 103)178 2718 COLLEGE AVE LOCATED - BURIED 632 1{07179 2600 COLLEGE AVE NOT FOUND 833 1-(03)180 2202 COLLEGE AVE NO WORK REQUIRED P X 2.10 634 1{03)181 2228 COLLEGE AVE X X X X P X 3.10 635 6(03)182 2090 COLLEGE AVE X X X P X 2.10 676 103)18] WESTVIEW AT KARIN AV NO WORK REQUIRED N C 1.60 637 1-403)184 2657 EMERALD AVE REAR NO WORK REQUIRED N C 3.90 638 1-403)185 2669 EMERALDAVE REAR NO WORK REQUIRED N C 5.75 639 1-403)188 EMERALDAVE REAR NO WORK REQUIRED N C 5.30 640 1-403)187 EMERALDAVE REAR NO WORK REQUIRED N C 5.80 641 I-07188 WESTVIEW DR EMERALD AVE I X I I I I I I I I I P C 1.85 642 I{03 199A 2658 EMERALD AVE NO WORK REQUIRED N C 5.80 643 I{03 1888 2694 EMERALD AVE NO WORK REQUIRED N C 640 644 1-403)189 2865 DORCHESTER EASEMENT NO WORK REQUIRED N C 3.10 645 1-403)190 2845 DORCHESTER EASEMENT NO WORK REQUIRED N C 3.00 646 1{03)191 2883 DORCHESTER DR NO WORK REQUIRED N C 8.80 617 103)192 2872 DORCHESTER DR NO WORK REQUIRED N C 9.15 648 6(03)193 2858 DORCHESTER DR NO WORK REQUIRED N C 11.15 649 1-403)194 2824 PRINCE WILLLAM DR NO WORK REQUIRED N C 2.90 650 0] 197 2864 QUAIL CREEK DR NO WORK REQUIRED N C 12.72 651 H03)198 198 2888 PRINCE WILLIAM DR NO WORK REQUIRED N C 715 652 1{03)199 2815 QUAIL CREEK DR NO WORK REQUIRED N C 7.60 653 103200 2600 GREGG AVE NO WORK REQUIRED N C 9.60 654 1-403)201 249 VILLAGE LAKE DR REAR NO WORK REQUIRED N C 5.90 655 1-403)202 223 VILLAGE LAKE DR NO WORK REQUIRED N C 4,60 656 1{07203 200 VILLAGE LAKE DR NO WORK REQUIRED N C 5.10 657 1-403)204 249 VILLAGE LAKE DR NO WORK REQUIRED N C 5.00 658 103205 2683 CLUB DR REAR NO WORK REQUIRED N C 7.20 659 1-403)206 2705 CLUB DR REAR NO WORK REQUIRED N C 6.90 660 6(03)207 2719 CLUB DR REAR NO WORK REQUIRED N C 5.80 681 1-403)208 2751 CLUB DR REAR NO WORK REQUIRED N C 5.80 682 1-404)001 2031 GREEN ACRES RD X % A % X P B 6.85 663 1-(01)002 200 GREEN ACRES RD X X A X x P B 10.30 664 1-404)005 70 POPLAR ST X X A X X P 8 7.95 665 1-404)006 1925 GREEN ACRES RD X % A X P B 5.60 666 1{01)007 1817 GREEN ACRES RD BURIED - LOCATED P B 5.55 6671-404)010 17.7 COLLEGE AVE REAR XIXI IAIXIX N B 5.25 668 I-(04)011 80 SYCAMORE ST NO WORK REQUIRED N C 4.90 689 101 O1 IA 81 SYCAMORE ST NO WORK REQUIRED N C 5.10 670 I-(04)012 121 SYCAMORE ST X % A X X N B 5.85 671 1-(0•)020 3D0 ABSHIER DR X X A X N 8 5.10 672 I-(04)027 1250 COLLEGE AVE REAR C N 8 3.70 ' LEGEND P - PAVED (See Swface Type) NP - NON -PAVED (See SWGee Type) FV- FIELD VERIFY WAI I CONSTTRUL'17_ON B - BRICK/BLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F- FLATTOP WORK ITEM DESCRIFI10N BID ITSM(SI 1 REPLACE MANHOLE FRAME & COVER 1 ' 2 SEAL FRAME&GRADE ADJUSTMENT 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 5 GROUT PIPE SEALS. LOWER IO OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 Ill INSTALL WATERTIGHT INSERTS 20. 21 Page 14 12/132002 I I C] I I I 1 I I I I I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (Fl) 1 2 3 4 5 6 7 B 9 10 11 673 4(04)030 1996 COLLEGE AVE X A X P B 7.50 674 404030A COLLEGE AVE NOT FOUND 675 I-(04)0308 1998 COLLEGE AVE X X A % % p B 680 676 1-(01)031 2036 COLLEGE AVE X % A % % P B 665 677 (-(04)037 1914 COLLEGE AVE X X A X X P B 680 678 1-404)038 1818 COLLEGE AVE X X A X X P B 7.10 679 1-04)039 1772 COLLEGE AVE X X A X X N B 8.35 680 1(04)040 1730 COLLEGE AVE X X A X X N B 1110 681 1401041 329 SYCAMORE ST X X A X X N B 5.65 682 1-(04042 1741 WALNUT AVE REAR X X A X X N B 4.30 683 1(04)043 1741 WALNUT AVE X X A X X N B 5.30 684 1-(04044 1717 WALNUT AVE REAR X X A X X N B 5.65 685 1{04045 1741 WALNUT AVE X X A X X N B 7.80 686 1.04046 1744 WALNUTAVE % X A X X P B 4.90 687 1-04047 1765 RAYVIEW DR AT LINDA % X A X X P B 3.25 688 H04)0.48 1717WALNUTAVE C N B 4.20 689 I -(04)O49 540 JAMES WAY X X A % X N B 615 690 l-(04)050 540 JAMES WAY RAYVIEW DR C P B? 10.85 691 1404 51 1760 WALNUTAVE X X A % X P 8 3.20 692 1-104052 1780 ASH ST AT WALNUT AVE X X A % X N B 5.70 693 1-404)053 425 ASH ST X X A % X P F 5.35 694 1-(04)054 447 ASH STREET X % A % X P B 4A0 695 1-404)055 521 ASH ST BURIED -LOCATED P 698 1-404)056 447 ASH ST X N C 4.00 697 ((04)057 S18 ASH ST ATRAYVIEW DR X X % X N C 10.90 698 1404 058 1833 WHEELER LANE REAR X A % N C 10.60 699 1404)059 1907 WHEELER LANE REAR % A % X N C 10.80 700 1-(04060 329 SYCAMORE ST NO WORK REQUIRED N C 8.15 701 1{04)071 329 SYCAMORE ST NO WORK REQUIRED N C 12.80 702 104)072 2215 SYCAMORE ST AT CREEK X X A X X N B 10.20 703 1404 073 2215 SYCAMORE ST X A X N 0 10.15 704 1104 074 1620 COLLEGE AVE REAR % N C 20.80 705 1-404)075 1554 NORTH COLLEGE SIDE X % A X X N B 19.15 706 1-404)076 1554 NORTH COLLEGE SIDE X % A % X P B 16.80 707 1-404)077 1554 NORTH COLLEGE X X A X % X P B 10.75 708 1-404)078 1554 NORTH COLLEGE X X A X X P B 8.45 709 104)079 1554 NORTH COLLEGE SIDE X X A % X N B 1220 710 1404)080 1602 HILLCREST AVE X A X N B 7.80 711 I-(04)083 1336 HILLCREST AVE X X A X x P B 4.55 712 1404)084 1324 HILLCREST AVE % X A X X P B 5.65 713 104)085 1235 HILLCREST AVE X X A X P B 8.35 714 1{04)086 HILLCREST AVE AT OAK X X A X X P B 7.20 715 1-404)017 329 SYCAMORE ST X A % X P B 1205 716 1404 097 520 EAST LAKERIDGE DR A N B 11.50 717 104)098 518 EAST LAKERIDGE DR % A N B 7.35 718 1-404)099 516 EAST LAKERIDGE Oft X A X P B 5.95 719 1-404)106 530 LAKERIDGE DRAT POND X A % N B 9.60 720 1-404)107 530 LAKERIDGE DR % X A X X P B 16.25 IEGAS72 P - PAVED (See Surface Type) NP - NON -PAVED (See S"f= Type) FV-FIELD VERIFY WALL CONSTRUCTION B- BRICK/BLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F FL TTOP WORK ITEM DfCRIPflON BID MTEMUS) I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME & GRADE ADJUSTMENT 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7, 8.9 S GROUT PIPE SEALS. LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEM ENT 14 9 REPLACE MANHOLE BENCH 8 TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALL WATERTIGHT INSERTS 20. 21 Page 15 1v12 [1 I I I 1J [1 I I 1 I I I [I [1 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02,03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 721 I-(04)108 510 LAKERIDGE DR % X A X X N B 815 722 1-104)109 1170 EDGEHILL DRAT LAKE RD X % A X X B 7 20 723 I{04 110 1331 EDGEHILL DR % % A X X N B 565 724 -(04)111 1331 EDGEHILL DR REAR % % A X X N B 5.35 725 04 112 1170 EDGEHILL OR % X A % N B 6.32 726 I-(04)113 1149 MISSION BLVD AT BRYN % A X % N B 18,45 727 1-104)114 MISSION BLVD BRYAN IN NOT FOUND 728 1-104)115 MISSION BLVD BRYAN X X A j % X P B 8.60 729 1-104)116 1238 MISSION BLVD NOT FOUND 730 1 04 117 1211 MISSION BLVD X X A X % P B 4.85 731 1-104)116 1211 MISSION BLVD REAR X N C 425 732 1{04)120 1245 MISSION BLVD REAR X X X P C 4.20 733 1{04 121 1324 EDGEHILL DR REAR X X X N C 4.00 734 1-(04)122 1330 EDGEHILL DR REAR NO ACCESS 735 1{04)123 1130 EDGEHILL DR AT CREEK X X A X X N B 7.55 736 104)124 1130 EDGEHILL DR X X A X X N B 7.30 737 l-(04)125 611 NORTH STAT LAKERIDGE % % A X X P B 7.60 738 01)126 $65 NORTH ST % A X X P B 825 739 401 127 527 NORTH ST % X A X X P B 5.30 740 04 129 611 NORTH ST X X A X X P B 5.05 741 401 130 1035 MISSION BLVD REAR % A % N B 5.80 742 H04 131 980 RUSH DR A X N B 7.82 743 1401 132 969 RUSH DR X X A X P B 5.60 744 04 133 MISSION AT RUSH DR % X A % % P B 7.20 745 1404 134 919 MISSION BLVD % % A % % P B 7.80 746 4(04 135 MISSION BLVD WOODLAWN % X A % P 8 6.20 747 404 138 1038 MISSION AT LAKERIDGE % % A % X P B 10.85 748 04 137 1035 MISSION AT LAKESIDE X X A X P B 6.35 749 I-(04)138 734 LAKESIDE DR X A % X P B 12.50 750 04 139 826 LAKESIDE DR X A % X P B 7.95 751 4 04 140 914 LAKESIDE DR X X A X X P B 5.25 752 I-(04)141 823 LAKESIDE DR NOT FOUND 753 104 142 844 E JACKSON DR NOT FOUND 754 104 143 925 E JACKSON OR AT LAKESIDE X X A X X P B 13.10 755 1404 144 1040 KINGS DR AT LAKESIDE X X A X % N B 3.50 756 1 04 145 1040 KINGS DR X X A X X P B 4.30 757 I-(04)148 KINGS DR/ARLINGTON TERR X X A X X P B 5.60 758 1-(04)147 933 ARLINGTON TERR % % A X % P B 4.80 759 1401 148 964 ARLINGTON TERR X A X P B 6.85 760 1{04 149 971 ARLINGTON TERR % % A X X P B 4.50 761 H04)150 920 KINGS DR X X A % X P B 5.20 762 I. 04 151 925 KINGS DR X X A % X P B 4.65 763 1404 152 1050 KINGS DR X X A X P B 5.25 764 1.04 153 946 LAKESIDE DR X P C 440 765 404 154 1 ROBINSWOOD LN C P C 445 788 1404 155 2 ROBINSWOOD LN A % N C 11.50 767 1404 156 2 ROBINSWOOD LN % X % X N C 4.52 768 104 157 1500 COLLEGE AVE MEMORIAL C P B 6.05 LEGEND ND WALL L ONSTR !C ION P - PAVED (See Surface Type) B - BRICK/BLOCK NP- NON -PAVED (See Surface Type) G CONCRETE PRECAST/POURED FV- FIELD VERIFY FGFIBERGLASS F. FLATTOP ' WORK ITEM DESCRIPTION BID ITEM(S) I REPLACE MANHOLE FRAME A COVER 1 2 SEAL FRAME A GRADE ADJUSTMENT 2.3.4 ' 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMEN7171OUS B) EPDXY 7. 8,9 3 GROUT PPE SEALS, LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS IB II INSTALL WATERTIGHT INSERTS 20,11 Page 16 1v17rzooz I L I I H L I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 769 I-(04)158 POPLAR ST AT JR HIGH X X X N C 7.10 770 I-(05)002 OLD MISSOURI/ELAINE X X X P C 7.65 771 1-(05)003 2208 ELAINE DR X X X P C 5.55 772 I-(05)004 2224 ELAINE DR C P c 5.30 773 I-(05)005 2248 ELAINE DR C N C 6.15 774 1-(05)008 3340 OLD MISSOURI RD X X X X P C 6.10 775 105)007 3310 OLD MISSOURI RD X X X P C 5.50 776 105 3310 OLD MISSOURI RD X X % P C 518 777 1405)009 2062 STUBBLEFIELD DR NO WORK REQUIRED P C 12 15 778 14 05)010 10 STUBBLEFIELD SOUTHRI X P C 445 779 1-(05)011 STUBBLEFIELD HAROLD X X % X P C 4.80 780 1-405)012 1800 STUBBLEFIELD RD X X X X N C 5.40 781 105 013 1709 STUBBLEFIELD ROAD NO WORK REQUIRED N C 8.55 782 1-405)014 1709 STUBBLEFIELD X X X X N C 6.00 783 1-405)015 1533 STUBBLEFIELD ROAD X X X X P C 7.20 784 1-405)018 1431 STUBBLEFIELD RD X X % X P C 5.30 785 1-405)017 1691 THORNHILL DR NO WORK REQUIRED N C 6.10 786 105 018 3330 BRECKENRIDGE NO WORK REQUIRED N C 7.80 787 1(05)020 1626 THORNHILL DR X X P C 7.00 788 1-405)021 1503 THORNHILL DR X P C 640 789 1-405)022 1653 DEVONSHIRE PLACE X X X N C 930 790 105 23 1577 DEVONSHIRE PLACE X X X N C 9.35 791 1-405)024 1602 DEVONSHIRE PLACE NO WORK REQUIRED N C 10.90 792 1{05)025 1517 DEVONSHIRE PLACE % N C 6.35 793 1405 026 1971 HAROLD ST X % X X N C 5.80 794 1-405)027 1945 HAROLD ST X X X N C 540 795 105 029 1930 HAROLD ST NO WORK REQUIRED N C 4 20 796 1405 031 1852 HAROLD ST NO WORK REQUIRED N C 3.75 797 1405)032 1852 HAROLD ST NO WORK REQUIRED N C 4 10 798 1405 33 1764HAROLD ST X X X X N C 380 799 105)034 3246 AUTUMN CT X X X P C 3.92 800 H05)035 1907 HAROLD ST NOT FOUND 801 1405)036 1853 BRAIRCLIFF ST REAR X X X P C 580 802 I-(05)037 3153 OLD MISSOURI RD REAR % % A X X P C 7.70 603 4(05)038 3153 OLD MISSOURI ROAD X X X N C 9.20 804 1(05)039 3155 OLD MISSOURI RD X X A X X P C 7.75 805 05)(40 3165 OLD MISSOURI RD X X X P C 5.00 808 05)041 3100 OLD MISSOURI RD X X X P C 5.95 807 H05)043 1852 BRIARCLIFF ST X N C 4.90 808 105 1724 BRIARCLIFF ST X N C 5.10 809 -(05)O45 1620 BRIARCLIFF ST X X A X X P C 5.65 810 1-405)046 1582 BRIARCLIFF ST NO WORK REQUIRED N C 6.72 811 1.05 7 LOXLEY AVE X X X N C 6.90 812 l-(05)048 1560 HAROLD ST BURIED 813 05)049 1540 HAROLD ST BURIED - LOCATED - NEW ASPHALT 814 05)050 1424 HAROLD ST BURIED - LOCATED - NEW ASPHALT 815 1-405)051 1370 HAROLD ST BURIED -LOCATED- NEW ASPHALT 816 1-405)052 1570 BRIARCLIFF ST NO WORK REQUIRED N C 8.80 LEGEND ' P - PAVED (Sc. Surface Type) NP - NON -PAVED (See Surface Type) FV- FIELD VERIFY WALL CONSTRUCflON B- BRICK/BLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F - FLATTOP WORK ITEM DES RIPTION BID EMMIS) I REPLACE MANHOLE FRAME A COVER 1 2 SEAL FRAME & GRADE ADJUSTMENT 2.3,4 ' 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7, 8.9 5 GROUT PIPE SEALS. LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 ' 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH A TROUGH IS 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 II INSTALL WATERTIGHT INSERTS 20, 21 Page 17 12/132002 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB WORK ITEMS SURF WALL DEPTH NO. MANHOLE LOCATION 1 2 3 4 5 6 7 8 9 10 11 TYPE CONST (PT) 817 -(05)053 1466 BRIARCLIFF ST X X X N C 8.90 818 105 054 1416 BRIARCLIFF ST NO WORK REQUIRED N C 3.90 819 -(05)055 3189 ELIZABETH BRIARCLIFF X X X N B 3.10 820 I OS 56 3135 ELIZABETH AVE X X X N B 3.15 821 1405)057 1481 CORTLAND ST X X X N C 5.50 822 I-(05)058 1484 CORTLAND ST % N C 4.20 823 1-105)059 1418 CORTLAND ST X N C 395 824 I-(05061 1843 CORTLAND ST REAR X X 1xv X P C 5.95 825 1.405)062 1842 CORTLAND ST NO WORK REQUIRED N C 4.05 826 1105 )063 1738 CORTLAND ST X N C 3.85 827 1405)066 1591 CORTLAND AT LOXLEY A X N C 3.80 828 1-405)067 1833 ETON ST X N C 5.80 829 105068 1741 ETON ST X N C 4,60 830 1-405)069 1705 ETON ST X N C 4.85 831 1{05 70 1559 ETON ST X X N C 815 832 105 71 1511 ETON ST X X N C 5.20 833 105)072 1437 ETON ST X X X N C 5.25 834 J-(05)073 3077 ELIZABETH AVE % X X P C 4.60 TH 835 1-(05)074 3117 ELIZABEAVE X N C 380 836 1405 75 3073 ELIZABETH AVE X 837 105 76 3021 ELIZABETH AVE X % N C 3.50 838 105)077 ETON ST NO WORK REQUIRED N C 565 830 1-405)076 1895 ETON ST X X X N C 4,70 840 I. 05)079 1895 ETON ST X X N C 3.70 841 105)080 3009 OLD WIRE RD X X X X N C 445 842 105 81 1806 FURMAN ST X X X N C 4,80 843 1405)082 1789 FURMAN ST X N C 3.85 844 1-405)083 1649 FURMAN ST NO WORK REQUIRED N C 4.30 845 05 084 3023 LOXLEY AVE X X X P C 5.50 846 4(05)085 3001 LOXLEY AVE X X X X N C 4.40 847 105)088 3069 LOXLEY AVE X X X X N C 5 10 848 105 087 1870 ROLLING HILL DR X X X N C 5.80 849 1-(05088 3071 OLD MISSOURI RD X X A X X N B 8.20 850 I-(05)091 1870 ROLLING HILL DR REAR X X X N C 5.80 851 I-(05)093 1600 ROLLING HILL DR C N B 3.40 852 1405)094 1522 ROLLING HILL DR C N B 3.50 853 105 095 1502 ROLLING HILL DR X X A X X N B 355 854 05096 1412 ROLLING HILL DR X X A X X N B 3.45 855 1{05097 2800 OAKCLIFF LOXLEY AVE X X A X X N B 560 556 -(05)098 1532 OAKCLIFF ST X X A X X N B 5.60 857 1-(05 1410 OAKCLIFF ST X X A X X N B 8.30 I 858 OS 100 2850 CENTERWOOD ROAD X X A X X N B 650 859 1-(05 101 2842 LOXLEY AVE X X A X X P B 5.10 860 05 102 2780 LOXLEY AVE X X A X X N B 5.80 861 -(05 )103 2740 LOXLEY AVE X X A X X N B 8.35 862 I OS 101 2700 LOXLEY AVE X A N B 8.55 863 1-(05)105 2669 LOXLEY AVE X A X N B 10.80 864 103 106 2824 LOXLEY AVE X X A X X N B 9.90 LEGEND WALL CONSTRUCTION P ueh - PAVED (See See Type) B - BRICK/BLOCK NP - NON -PAVED (Sec Swfaee Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FG-FIBERGLASS F FLATTOP WORK ITEM DESCRiPTION BID TTEMI.S) I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAMER GRADE ADIUSTME14T 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8,9 5 GROUT PIPE SEALS, LOWER 16. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 1 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH A TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS IS II INSTALL WATERTIGHT INSERTS 20, 21 Page 18 +v13r2oox I I [J I I I I i I P1 I I SI FAYETTEVILLE. ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 19, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH (FT) 1 2 3 4 5 6 7 8 9 10 11 865 -(05)108 1787 OAKCLIFF ST X X X % N C 4.40 868 I-(05)109 1787 OAKCLIFF ST X X A X % N B 4.00 867 I-(05)110 2853 STANTON AVE X X A X % N B 5.00 868 105)111 2798 STANTON AVE X X A X X N B 4.35 889 I-(05)112 2754 STANTON AVE X X A X N B 4.40 870 1-(05)113 HILLDALE STANTON AVE X X A X % P B 5.00 871 1-(05)114 2662 STANTON AVE X X A X % N B 5.10 872 105)115 2632 STANTON AVE X X A X % N B 5.20 873 1-(05)116 2602 STANTON AVE X X A % % N B 5.90 874 1.05 119 2500 STANTON AVE X X P C 6.30 875 I-(05)120 2504 ELIZABETH AVE A X X N B 3.45 876 1-(05)12* 1530 WOODBROOK DR sxx A % X N B 9.05 677 1-405)122 1486 WOODBROOK DR A X % N B 8.60 678 1405 123 2517 ELIZABETH AVE CREEK A % X P B 960 879 1-(05)124 2517 ELIZABETH AVE NOT INSPECTED N 880 1{05)125 2535 ELIZABETH AVE % % A % % N B 7.65 881 1-405)126 1534 CENTURY DR NOT INSPECTED - NO ACCESS 882 1.(05)127 1492 CENTURY DR % % % % N C 13.00 883 105)128 1492 CENTURY DR % % % N C 9.40 884 1-405)129 1493 CENTURY DR % N C 860 885 1-405)130 1576 CENTURY DR % N C 740 886 1{05)132 1487 CENTURY DR % N C 850 887 I-(05)133 2925 ROLLING HILL DR REAR % % A % X N 8 5.75 686 1-405)134 OAKCLIFF STAGECOACH % % A X X N B 9.40 889 1-405)135 106 OAKCLIFF ST x % A % % N B 5.50 890 I-(05)138 1060 OAKCLIFF ST NO WORK REQUIRED N C 5.55 891 1-405)137 WILKINS PLACE NO WORK REQUIRED N C 5.55 892 1-405)131 2772 STAGECOACH DR % I % I I x I I I X N C 5.05 893 05)139 1934 WILKINS PLACE NO WORK REQUIRED N C 4.60 894 1-405)140 1934 WILKINS PLACE % x=Xx X P C 5.05 895 1-405)141 1958 WILKINS PLACE N C 7.55 898 1-405)142 2024 WILKINS PLACE % x % P C 5.15 897 1-405)143 STAGECOACH OAKCLIFF X X 0 B 7.00 891 1-405)144 2837 STAGECOACH DR X X N B 6.70 899 1-405)147 2715 STAGECOACH DR % X N B 7.20 900 1405148 2715 STAGECOACH DR LOCATED -BURIED 901 105)149 2651 STAGECOACH DR LOCATED - BURIED 902 1-405)150 2825 STAGECOACH OR NO WORK REQUIRED N C 870 903 1-405)151 2583 STAGECOACH DR NOT FOUND 904 1-405)152 1831 HILLDALE DR I X % I I I I I I I N C 6.45 905 1-405)153 1831 HILLDALE DR BURIED 908 1-405)154 1880 HILLDALE DR X X X N C 6 55 907 105155 HILLDALE DR X X X N C 600 908 1-(05)158 1831 HILLDALE DR NO WORK REQUIRED N C 3.50 909 105)157 1849 HILLDALE DR NOT FOUND 9101-405)158 1831 HILLDALE DR REAR XIXI I IXIX P C 675 911 I-(05)159 2806 STAGECOACH DR NOT FOUND 912 1-405)160 2590 STAGECOACH DR NOT INSPECTED - NO ACCESS LF- N P - PAVED (See 5uA4ce Type) NP - NON -PAVED (See SuArr Type) FV-FIELD VERIFY B - BRICKIBLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F - FLATTOP ' WORK ITEM_ DESCRIPTION BID Immis) I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME & GRADE ADJUSTMENT 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 5 GROUT PIPE SEALS. LOWER I8. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE II. 12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH IS 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 II INSTALL WATERTIGHT INSERTS 20. 21 Page 19 12213x2002 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01,02,03,04.05. 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB WORK ITEMS SURF WALL DEPTH NO. MANHOLE LOCATION 1 2 3 4 5 6 7 8 9 10 11 TYPE CONSTIFT) 913 1-(05)161 2563 OLD WIRE RD X X X X N C 460 914 1-(05)162 2481 OLD WIRE RD X X N C 610 915 1-(05)164 1800 ROLLING HILL DR X X A X X N B 6.30 916 1405)166 1434 ROLLING HILL DR % X A % X N B 3.85 917 1-(05)167 3290 SOUTHRIDGE DR X X X N C 7.40 918 1-105)168 3306 SOUTHRIDGE DR X X N C 590 919 1-(05)169 3332 SOUTHRIDGE DR X N C 6.70 920 1-(05)170 3358 SOUTHRIDGE DR X X N C 4.65 921 6(05 171 3396 SOUTHRIDGE DR NO WORK REQUIRED N C 4.10 922 I-(05172 106 OAKCUFF Sr X X x P C 500 923 I-(05)175 1843 CORTLAND ST REAR X X X X N C 790 924 1- 05 176 1843 CORTLAND ST REAR X X X X N C 470 925 1.(05)177 3077 OLD MISSOURI RD REAR X X X X N B 520 ' 926 1-105)178 2460 COMMON DR EASEMENT NO WORK REQUIRED N C 520 927 I-(05)179 2440 COMMON DR X X X N C 4.70 928 1-(05 160 2440 COMMON DR X N C 6 15 929 I-(05)161 2062 STUBBLEFIELD DR X % X X N C 675 ' 930 1-(05)162 1710 HAROLD ST X N C 4.35 931 I-(05)164 2925 OLD MISSOURI ROAD X X A X X P B 660 932 1405 185 3289 PICADILLY IN NO WORK REQUIRED N C 11.60 933 1405)186 3318 PICADILLY LN NO WORK REQUIRED N C 7.85 934 1- 05 187 3376 PICADILLY LN NO WORK REQUIRED N C 10.30 935 105 190 3375 BRECKENRIDGE DR NO WORK REQUIRED N C 760 936 I- 05 191 3391 BRECKENRIDGE DR NO WORK REQUIRED N C 12.35 937 1- 05)192 1554 DEVONSHIRE PLACE BURIED 938 1405)193 3375 STRATFORD DR NOT FOUND 939 1405)194 2082 STUBBLEFIELD NO WORK REQUIRED N C 10.60 940 1-105)195 2064 FLINT CREEK NO WORK REQUIRED N C 15.90 941 1-(05)196 2156 OEER CREEK DR NOT FOUND 942 1-405)197 2190 DEER CREEK DR REAR NO WORK REQUIRED N C 1060 943 1-(05)196 2190 DEER CREEK DR NO WORK REQUIRED N C 9.25 944 1- 05)199 2195 WOLF CREEK DR NO WORK REQUIRED N C 6.00 945 I-(05)200 2187 WOLF CREEK DR NO WORK REQUIRED P C 4.20 946 1-(05 201 2173 WOLF CREEL DR X I X I I I I I I I I X N F 4.20 947 1 05)201A 2183 WOLF CREEK DR NO WORK REQUIRED N C 4.30 948 105)202 2173 WOLF CREEK OR NO WORK REQUIRED N C 5.70 949 1(05)203 2155 WOLF CREEK OR NO WORK REQUIRED N C 6.20 950 1-105)204 2121 WOLF CREEK DR NO WORK REQUIRED P C 6.00 951 I-(05)205 2186 WOLF CREEK DR NO WORK REQUIRED N C 6.50 952 1405)206 2063 FLINT CREEK DR NO WORK REQUIRED P C 4.05 953 105 207 2045 FLINT CREEK DR X %I I I I I I IX P F 3.15 954 1{05)208 2050 ERROL ST NO WORK REQUIRED N C 5.55 955 1.05292 435 MILLSAP RD NO WORK REQUIRED N C 9.80 958 &-(18)00I FUTRALL DR X X X X N C 16.40 957 1418)002 FUTRALL DR X X X N C 11.00 958 1418 )003 FUTRALL DR NO WORK REQUIRED N C 670 959 -(18)004 FUTRALL DR X X % % N C 960 I-(18)005 FUTRALL DR X X % X N C 8.65 LEGEND WAIL CONSTRUCnON P - PAVED (See Surface Type) B - BRICK/BLOCK NP - NON- PAVED (Sc, Surface Type) C- CONCRETE PRECAST/POURED FV-FIELD VERIFY FG-FIBERGLASS F -FLATTOP WORK ITEM DE$L$IrflQj{ BID TTRMWS1 I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME & GRADE ADJUSTMENT 2. 3, 4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CE.MENTITIOUS B) EPDXY 7. 8.9 5 GROUT PIPE SEALS. LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE )1.12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 13 10 INSTALL BOLTS FOR BOLT DOWN COVERS IS II INSTALL WATERTIGHT INSERTS 20. 21 Page 20 12/I37002 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, S, 19 AND WHITE RIVER MINI SYSTEM 27 JOB WORK ITEMS SURF WALL DEPTH NO. MANHOLE LOCATION 1 2 3 4 5 6 7 8 9 10 11 TYPE CONST (F 961 I-(18)0 FUTRALL DR X % X N C 6.60 962 118 7 FUTRALL DR SERVICE RD X X X N C 10.02 963 .08)008 FUTRALL AT NORTH HILL X X X N C 9.95 964 1-(18)009 NORTH HILLS DR X X X N C 6.85 965 1418 010 NORTH HILLS DR X X X N C 6.80 966 1.418)011 NORTH HILLS BLVD X X X N C 620 987 1-418)012 NORTH HILLS BLVD % X X N C 4.65 968 1-(18)013 NORTH HILLS BLVD BURIED 969 -(18)014 NORTH HILLS & MONTE-PAINTER NO WORK REQUIRED P C 580 970 1-418)016 107 MONTE PAINTER % I % I I I I I I I I % P C 3.50 971 -(18)017 100 MONTE PAINTER DR NO WORK REQUIRED N C 4.55 972 1-418)018 3338 FUTRALL DR NO WORK REQUIRED N C 10.65 973 1-418)019 3338 FUTRALL OR NO WORK REQUIRED N C 7.15 ' 974 1.418)020 020 3318 FUTRALL DR NO WORK REQUIRED P C 745 9751-(I8)021 3302 FUTRALL DR XlXl I I I I IX P C 8.25 976 1-418)022 NORTH HILLS DR NO WORK REQUIRED P C 4.90 977 1-418)023 3256 NORTH HILLS DR X I X I I I I I I I I X B C 7.10 978 1-418)024 3232 NORTH HILLS DR NO WORK REQUIRED P C 5.35 979 1-418)025 3232 NORTH HILLS REAR X X X P C 4.05 980 1418 026 60 MONTE PAINTER DR X X X P C 4.30 951 1-418)027 3344 FUTRALL DR X X X N C 1000 982 I 1B 027A 3344 FUTRALL OR NO WORK REQUIRED N C 8.15 983 1418)028 3392 FUTRALL OR X X P C 7,40 964 1-418)029 3344 FUTRALL DR X X % N C 7.30 985 I 18 030 3352 WIMBERLY AT FUTRALL x x X N C 7.55 986 1-418)031 3352 WIMBERLY DR X X N C 6.35 987 18)032 3380 WIMBERLY DR X X X P C 5.90 988 18 33 3344 FUTRALL OR NO WORK REQUIRED P C 6.90 989 I-(18)034 3352 WIMBERLY DR X % X P C 5.90 990 1.418)035 3352 WIMBERLY DR X X X P C 5.20 991 1-418)036 WIMBERLY DR NO WORK REQUIRED P C 660 992 1-418)037 WIMBERLY DR NO WORK REQUIRED N C 3.60 993 118 038 WIMBERLY DR XIXI I I I I I I I IX P C 440 994 1-418)039 WIMBERLY DR NO WORK REQUIRED P C 440 995 1418)040 3270 WIMBERLY DR X X X X P C 5.85 996 1418)041 3270 WIMBERLY OR % X % X P C 1140 997 I-(18)042 WIMBERLY DR NO WORK REQUIRED 998 1-419)001 100 DRAKE ST % X % X N C 7.55 999 1 -419)002 200 DRAKE ST X X X N C 9.40 1000 1-(19)004 41 FORSYTHIA DR REAR X X X N C 9.70 1001 1-(19)005 SAWGRASS AT FORSYTHIA % X X N C 8.45 1002 -(19)006 35 VILLA BLVD X X % % N C 6.35 1003 1.419)007 007 2711 ADOBE ST AT VALENCIA % X X x P C 6.70 1004 1.419)008 2714 VALENCIA AVE X % % P C 6.90 1005 1.19009 2784 VALENCIA AVE X % % N C 5.80 1006 -(19)010 114ADOBEATARROYO AVE X X X X N C 6.10 1007 1.419)011 11 27S9ARROYOAVE X X % X N C 4.80 1008 1-(19)012 38 VILLA BLVD % X A X X N C 6.90 1 LEGEND WAJ!. CONSTRUCTION P - PAVED (Sc. Surface Type) 8- BRICK/BLOCK NP - NON -PAVED (See Surface Type) C- CONCRETE PRECASTIPOURED FV- FIELD VERIFY FG-FIBERGLASS F- FLATTOP WORK TIFM eLFRCR IR VIION BID fltMjS1 I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME A GRADE ADJUSTMENT 2. 3. 4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8,9 5 GROUT PIPE SEALS. LOWER I8. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH A TROUGH IS 10 INSTALL BOLTS FOR BOLT DOWN COVERS IS I I INSTALL WATERTIGHT INSERTS 20, 21 Page 21 12/132002 I H L I I H I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 1009 l-(19)013 38 VILLA BLVD X X X X N C 6.70 1010 118)014 37 VILLA BLVD X X P C 5.85 1011 I-(19)015 VILLA BLVD X X % X N C 4.40 1012 1.19)016 30 VILLA BLVD BURIED 1013 1-418)017 26 VILLA BLVD X X X X N F 2.90 1014 1-419)018 129 VILLA BLVD X X X X N C 5.80 1015 1-(19)019 21 VILLA BLVD X X A X X P C 5.15 1016 19)020 24 VILLA BLVD NOT FOUND 1017 1-419)021 19 VILLA BLVD NOT FOUND 1018 1-(19)022 38 VILLA BLVD NOT FOUND 1019 I-(19)023 42 VILLA BLVD X X A % X N C 6.90 1020 I -(19)024 42 VILLA BLVD X X A X X N C 6.15 1021 1-419)025 118 VILLA BLVD X X A X X N C 5.80 1022 1-(19)028 113 VILLA BLVD X x x X N C 5.80 1023 1-419)027 17 VILLA BLVD C P B 4.65 1024 1-119)028 15 VILLA BLVD NOT FOUND 1025 1-419)029 14 VILLA BLVD NOT FOUND 1026 I-(19)030 155 ADOBE ST X X A X X N B 7.85 1027 I-(19)031 155 ADOBE ST X % N C 7.80 1028 1-119)032 102 VILLA BLVD X X x P C 5.55 1029 I-(19)033 VILLA BLVD X X A X X N B 5.55 1030 I-(19)034 12 VILLA BLVD X X A X X N C 5.65 1031 I-(19)035 13 VILLA BLVD NOT FOUND 1032 1-419)036 II VILLA BLVD NOT FOUND 1033 I-(19)037 90 VILLA BLVD X X % X N C 6.90 1034 1.19)038 45 VILLA BLVD X X A X X N B 4.75 1035 1(19)039 47 VILLA BLVD NOT FOUND 1036 118040 45 VILLA BLVD NOT FOUND 1037 1419)041 8 BARCELONA AVE X X A X X P C 4.20 1038 1-419)042 8 VILLA BLVD. X % P C 4.30 1039 1.418043 6 BARCELONA AVE NOT FOUND 1040 1-419)044 74 VILLA BLVD % X X X N C 660 1041 1-(19)045 74 VILLA BLVD X X A X X N C 630 1042 1-(19048 SO VILLA BLVD X X X X N C 465 1043 I-(19)047 49 VILLA BLVD NOT FOUND 1044 1(19)048 51 VILLA BLVD NOT FOUND 10451-419)049 4BARCELONA AVE IAIXI I I I I IX P B 520 1048 I-(19 50 5 BARCELONA AVE NOT FOUND 1047 1-419)051 2 BARCELONA AVE BURIED 5.20 10481-(19)052 58 VILLA BLVD XIXIXI I I I IX N C 6.40 1049 1.418 053 53 VILLA BLVD NOT FOUND 10501-419)054 58 VILLA BLVD XIXI lxiX N C 6.70 1051 I-(19)055 55 VILLA BLVD NO WORK REQUIRED N C 6.35 1052 1-419)056 2706 VILLA BLVD BURIED 1053 1-(19 057 2593 COLLEGE AVE X X X X P C 7.00 1054 1-419)058 2593 COLLEGE AVE X X % X P C 5.60 1055 I-(19)059 VILLA BLVD SUNBRIDGE X X P C 5.10 1056 1-419)060 2511 COLLEGE AVE REAR % X X % P C 6.00 LEGEND WALL CONSIRULTION P - PAVED (Ste Surface Type) B. BRICK/BLOCK NP - NON -PAVED (See Surf.¢ Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FG-FIBERGLASS F - FLATTOP WORK REM DEelYIPTI( SW ITEM(S) I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME& GRADE ADJUSTMENT 2.3.4 ' 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 9.9 3 GROUT PIPE SEALS. LOWER I8. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE II. 12 7 SANITARY MANHOLE. SHALLOW 13 Is PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 II INSTALL WATERTIGHT INSERTS 20.21 Page 22 12/132002 I I H H I I I I Li Li I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05,10, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 1057 -(19)081 2593 COLLEGE AVE X X A % X P C 7,85 1058 1{19)062 2593 COLLEGE AVE X % A X X P C 5.80 1059 I-(19)083 2593 COLLEGE AVE X X X P C 8.20 1060 I-(19)064 2713 DRAKE ST REAR X X A X X N C 7.70 1061 1-419)065 2715 DRAKE ST BURIED 1062 I-(19)066 DRAKE ST X X X X N C 6.40 1063 I-(19067 155 ADOBE ST X X X X N C 560 1064 1-419)068 211 ADOBE ST X X X X N C 5.70 1065 I-(19)069 2712 SIERRA AVE % % X X N C 560 1066 1{19)070 2778 SIERRA AVE % X % X N C 3.90 1067 I-(19)071 2723 BARCELONA AVE X X A X X N C 5.80 1068 I-(19)072 2767 BARCELONA AVE X X X X N C 5.10 1069 I 19)073 2704 VILLA BLVD ADOBE ST X X A X % P C 8.30 1070 1-(19)074 2733 VILLA BLVD X X A X X N C 6.35 1071 I-(19)075 2765 VILLA BLVD NO WORK REQUIRED N C 4.55 1072 1.19)076 2765 VILLA BOULEVARD X X % N C 745 1073 1-419)017 385 DRAKE ST X X X X N C 6.70 1074 1{19)078 3000 DRAKE ST X X X X N C 490 1075 1-419)079 2722 DRAKE ST X X X % N C 5.20 1076 1-(19)080 2722 DRAKE ST X X A X X N C 13.00 1077 I-(19)081 DRAKE ST X X X N C 5.60 1076 (-(19)082 2722 DRAKE ST NOT FOUND 1079 1419 )083 2729 SIERRA AVE X X A X % P B 4.05 1080 I-(19)084 216 DRAKE ST X X A X X P B 4.35 1081 -(19)085 DRAKE ST AT PEGLN X X X X P C 3.70 1082 1.419)086 2840 PEG LANE X % X N C 8.20 1083 1-(19)087 2880 PEG LANE X X A X X N C 4.85 1084 1{19)088 DRAKE ST SUSAN CAROL X X A % P C 4.25 1085 1-419)089 2848 SUSAN CAROL AVE X X A X X P C 4.00 1086 1-419)091 2932 PEG LANE X % % X N C 7.30 1087 -419)092 2896 PEG LN X % X P C 7.15 1088 1-419)093 2884 PEG LN X X X X N C 5.40 1089 I -(19)094 2936 SUSAN CAROL AVE % X X X N C 5.95 1090 I 19)094A 2938 SUNNY LN NO WORK REQUIRED N C 7.05 1091 1-(19)095 2908 SUSAN CAROL AVE X X X X N C 440 1092 I-(19)096 2888 SUSAN CAROL AVE % % X N C 4.25 1093 1-419)097 2872 SUSAN CAROL X X X % N C 4.00 1094 1{19)098 2935 SUNNY LN X X X % N C 8.25 1095 I-(19)099 2893 SUNNY LN % X X X P C 6.40 1096 1-(19)100 10 BISHOP DR x x x % P C 9.53 1097 1-419)101 2883 SUNNY LN X X X N C 9.28 1098 1-419)102 2841 SUNNY LN x x X N C 8.80 1099 1{19)103 2809 SUNNY LN X X % X P C 5.30 1100 1 -(19)104 2753 IDA LINDSEY DR X X X N C 14.85 1101 1.(19)105 216 DRAKE ST X X % X N C 440 1102 1-419)106 2750 CLUB DR NO WORK REQUIRED N C 7.55 1103 1-419)107 2777 CLUB DR NO WORK REQUIRED N C 4.60 1101 1-419)101 2718 CLUB DR NO WORK REQUIRED N C 895 LEGEND Up - PAVED (Set Surfact Type) NP - NON -PAVED (See Surface Type) FV-FIELD VERIFY B - BRICKIBLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F - FLATTOP ' WORK ITEM DESrvIruON BID TTEMLSI 1 REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME & GRADE ADJUSTMENT 2.3.4 ' 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 S GROUT PIPE SEALS. LOWER IS* OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11, 12 ' 7 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH A TROUGH 15 10 INSTALL BOLTS FOR BOLT DOWN COVERS IB II INSTALL WATERTIGHT INSERTS 10.11 ' Page 23 12/132002 H H H I I I I I I I I I I FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 01, 05, 18, 8 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE CONST WALLR380 1 2 3 1 5 8 7 8 9 10 11 1105 1-(19)109 2678 CLUB OR NO WORK REQUIRED N C 1106 1419 110 2753 IDA LINDSEY NO WORK REQUIRED N C 1107 1-119 111 2769 IDA LINDSEY DR NO WORK REQUIRED P C 1108 1-(19 112 121 FORSYTHIA DR REAR NO WORK REQUIRED N C 1109 1-(19)113 2737 IDA LINDSEY OR % X X N C1110 1{19)111 IDA LINDSEY DR % X X N C1111 1(10)115 IDA LINDSEY DR NOWORKREQUIRED N C 1112 I-(19)116 AUGUSTA DR NO WORK REQUIRED 1113 I-(19)117 AUGUSTA DR NO WORK REQUIRED N C 665 1111 I-(19)118 FORSYTHIA DR NO WORK REQUIRED N C 810 1115 I-(19)119 20 SAWGRASS DR X X X N C 1.85 1116 1-(10 120 IDA LINDSEY DR X X X N C 13.30 1117 1-(19)121 110 VILLAGE LAKE DR REAR NO WORK REQUIRED N C 11.10 1118 I-(19)122 64 VILLAGE LAKE DR REAR X j % I I I I I I I X N C 6.10 1119 1(19)123 III VILLAGE LAKE DR REAR NO WORK REQUIRED N C 1.85 1120 119)121 2596 KEYSTONE CROSSING NO WORK REQUIRED N C 9.40 1121 1-419)125 74 SUNBRIDGE DR REAR BURIED 1122t-(19)126 70 SUNBRIDGE OR % I I I I IX N C 6.65 1123 I -(19)128A 68 SUNBRIDGE DR NO WORK REQUIRED P C 1.70 1124 1-419)1268 86 SUNBRIDGE DR NO WORK REQUIRED N C 7.90 1125 1.(19)126C 8 SUNBRIDGE DR NO WORK REQUIRED N C 5.80 1126 1-(19)127 SUNBRIDGE DR NO WORK REQUIRED N C 530 1127 1-419)128 SS SUNBRIDGE DR NO WORK REQUIRED N C 8.90 1128 19)129 68 SUNBRIDGE DR REAR % X X N C 7.10 1129 1-(19)130 28 SUNBRIDGE DR REAR % % X N C 7.30 1130 -(19)131 28 SUNBRIDGE DR REAR NO WORK REQUIRED N C 7.60 1131 1{19)132 28 SUNBRIDGE DR NO WORK REQUIRED N C 9.80 1132 119)133 108 SUNBRIDGE DR X j X I I I I I I I I X N C 8.80 1133 1.(19)131 246E SUNBRIDGE DR NO WORK REQUIRED N C 1060 1134 1-419)135 340 E SUNBRIDGE DR X P C 1000 1135 1{19)136 VILLA BLVD X % % N C 6.60 1136 I 19)137 VILLA BLVD NO WORK REQUIRED N C 805 1137 1-(19)138 65 SUNBRIDGE DR NO WORK REQUIRED N C 3.75 1138 1-419)139 181 SUNBRIDGE DR NO WORK REQUIRED N C 3.60 1139 1-419)140 301 DRAKE ST NO WORK REQUIRED N C 1.60 1140 19111 327 EVERGREEN LANE x I % I I I I I I I I X P C 5.45 1141 1-419)142 419 EVERGREEN LN NO WORK REQUIRED N C 7.00 1142 1418 113 511 EVERGREEN LANE X % X P C 5.80 1143 1-419)144 571 EVERGREEN LANE X N C 6.90 1144 1-419)145 3u EVERGREEN LANE NO WORK REQUIRED N C 5.90 1145 1-419)146 348 MIMOSA LN X X X P C 1.25 1148 1-419)147 462 MIMOSA LANE % X X P C 8.10 1117 1 -(19)148 532 MIMOSA LANE X X X P C 8.60 1148 1418 119 MIMOSA LN NO WORK REQUIRED P C 5.05 11491.(19)150 323 RED BUD LANE X X X P C 1.85 1150 1-419)151 RED BUD LANE NO WORK REQUIRED N C 5.40 1151 W427)300 ARMSTRONG AVE X % X 1N C 7.90 1152 W-(27)301 ARMSTRONG ST. % x % N C 7.50 I.EGF13Q '• P. PAVED (See Swfre Type) NP - NON -PAVED (See Sartre Type) FV- FIELD VERIFY B- BRICK/BLOCK C- CONCRETE PRECAST/POURED FG-FIBERGLASS F- FLATTOP ' WoRK fltbi DESCRIPIIQS BID FTEMIS3 I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME A GRADE ADJUSTMENT 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENT171OUS B) EPDXY 7. 8.9 3 GROUT PIPE SEALS. LOWER 18OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 ' 7 SANITARY MANHOLE. SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH IS 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 II INSTALL WATERTIGHT INSERTS 20. 21 Page 24 I V 13/2002 L I I I I I I I I L I L L I FAYETTEVILLE. ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE ILLINOIS RIVER BASINS 01, 02, 03, 04, 05, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB NO. MANHOLE LOCATION WORK ITEMS SURF TYPE WALL CONST DEPTH 1 2 3 4 5 6 7 8 9 10 11 1153 W-(27)302 ARMSTRONG AVE X % % N C 720 1154 W-(27)303 ARMSTRONG AVE X % N C 12.20 1155 W-(27)304 ARMSTRONG AVE X % N C 1160 1156 W-(27)305 ARMSTRONG AVE X X X N C 7,40 1157 W-(27)306 2000 ARMSTRONG AVE BURIED 1158 W-(27)307 2000 ARMSTRONG AVE BURIED 1159 W-(27)308 2000 ARMSTRONG AVE BURIED 1160 W-(27)309 1700 PUMP STATION (REAR) X X I I B I % I I I I I I N B 10.50 1161 W-27)310 PUMP STATION BURIED 1162 W-(27)311 1711 PUMP STATION % X B % N B 1465 1163 W427)312 1711 PUMP STATION X B X N B 12.15 1164 W-(27)313 1711 PUMP STATION X B XN B 9.10 1165 W-(27)311 ARMSTRONG AVE B XN C 7.95 1168 W-(27)315 2700 ARMSTRONG AVE JX X N C 5.30 1167 W 27 316 2700 ARMSTRONG AVE X N C 580 1168 W{27)317 2700 ARMSTRONG AVE XB %N C 610 1189 W-(27 318 1901 BORICK DRIVE X X P C 4.40 1170 W427)319 1901 BORICK DRIVE NO WORK REQUIRED N C 6.60 1171 W127)320 BORICK DRIVE NO WORK REQUIRED N P 9.90 1172 W-27)321 1901 BORICK DRIVE DOES NOT EXIST 1173 W-(27)323 2700 ARMSTRONG AVE X X B X N C 7.60 1174 W-(27)324 2700 ARMSTRONG AVE X % B X N C 7.90 1175 W427)325 2700 ARMSTRONG AVE X X % N C 8.40 1176 W-(27)326 2700 ARMSTRONG AVE X X B N B 8.80 1177 W-(27)327 2700 ARMSTRONG AVE % % X N C 7.80 1178 W-(27)328 2700 ARMSTRONG AVE NO WORK REQUIRED N C 5.20 1179 W-(27)329 2700 ARMSTRONG AVE X % X N C 842 1180 W-(27)330 2700 ARMSTRONG AVE X % X N C 9.00 1181 W-(27)331 2700 ARMSTRONG AVE X X X N C 8.10 1182 W-(27)332 2701 ARMSTRONG AVE A X X N C 7.90 1183 W 27 332A 2501 ARMSTRONG AVE NO WORK REQUIRED N C 5.70 1161 W- 27 3328 2501 ARMSTRONG AVE X X X N C 7.20 1185 W -(27)332C 2501 ARMSTRONG AVE % X X X N C 5.35 1186 W-(27)3320 2501 ARMSTRONG AVE NOT FOUND 1187 27333 2355 ARMSTRONG AVE. X X A % X N B 8.90 1188 W-(27)334 2355 ARMSTRONG AVE. % X % X N C 7.80 1189 W-(27)335 2355 ARMSTRONG AVE. % % % N C 7.10 1190 W-(27)338 2355 ARMSTRONG AVE X X X N C 6.60 1191 W-(27)337 2355 ARMSTRONG AVE X X X X X C 6.82 1192 W 27)337A 2355 ARMSTRONG AVE X X X N C 5.30 1193 W-27)338 2355 ARMSTRONG AVE X % X N C 1.60 1194 W-27)339 2355 ARMSTRONG AVE X X N C 7.62 1195 W-(27)340 1384 PUMP STATION RD X X N C 7.50 1196 W 27 310A 1384 PUMP STATION RD X X N C 450 1187 W-(27)341 1381 PUMP STATION RD X X X N C 7.60 1198 27 1A 2200INDUSTRIAL RD X X X 1199 W-(27)3418 2200 INDUSTRIAL RD X X X 1200 W- 27 34IC 2200 INDUSTRIAL RD X X X N C 9.90 LEGEND WALL CONSTRUCTION P. PAVED (See Surf a Type) B - BRICK/BLOCK NP - NON -PAVED (See Surf= Type) C- CONCRETE PRECAST/POURED Fit. FIELD VERIFY FGFlBERGLASS F- FLATTOP WORK RRM DESCRJrflh QN DID I M(SI I REPLACE MANHOLE FRAME & COVER 1 2 SEAL FRAME & GRADE ADJUSTMENT 2.3.4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7. 8.9 3 GROUT PIPE SEALS. LOWER I8. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH IS 10 INSTALL BOLTS FOR BOLT DOWN COVERS 18 11 INSTALL WATERTIGHT INSERTS 20.21 Page 25 12/132002 FAYETTEVILLE, ARKANSAS SANITARY SEWER SYSTEM MANHOLE REHABILITATION SCHEDULE 'ILLINOIS RIVER BASINS 01, 02, 03, 04, OS, 18, & 19 AND WHITE RIVER MINI SYSTEM 27 JOB WORK ITEMS SURF WALL DEPTH NO. MANHOLE LOCATION / 2 3 6 6 7 B 9 10 11 TYPE CONST ' 1201 W -427)341D 2200 INDUSTRIAL RD NO WORK REQUIRED N C 11.15 1202 W-27)342 1384 PUMP STATION RD X % X N C 8.60 1203 W-(27)313 1384 PUMP STATION RD X % % N C 6.50 1204 W-(27)344 1384 PUMP STATION RD NOT FOUND 1205 W-(27 345 1384 PUMP STATION RD X % X N C 17.30 1206 W-(27)346 2700 INDUSTRIAL RD X X X N C 10.35 1207 W-(27)347 2700 INDUSTRIAL RD X X X N C 8.25 1208 W-(27)348 2700 INDUSTRIAL RD NO WORK REQUIRED N C 6.28 1209 W-(27)349 2700 INDUSTRIAL RD X X X N C 8.85 1210 W- 27 349A 2900 CITY LAKE RD x X X N C 7.05 1211 W- 273498 2900 CITY LAKE RD X X X X N C 7.70 1212 W-27)350 2200 INDUSTRIAL RD NO WORK REQUIRED N C 9.85 1213 W 27 350A 2200 INDUSTRIAL RD X X X N C 7.00 ' 1214 W-(27)351 2200 INDUSTRIAL RD X % X N C 6.80 1215 W 27 351A 2200 INDUSTRIAL RD X % X N C 7.60 1216 W-(27)400 ARMSTRONG AVE X X X N B 5.22 1217 W-(27)401 ARMSTRONG AVE NO WORK REQUIRED N C 6.50 ' 1218 W-(27)402 PUMP STATION RC X X X N C 8.00 1219 W-(27)403 PUMP STATION RD X X X N C 7.20 1220 W427)404 PUMP STATION RD X % X N C 8.15 1221 W-(27)405 PUMP STATION RD X X X N C 510 1222 W-(27)408 PUMP STATION RD X X X N C 10.20 1223 W-(27)407 PUMP STATION % X X N C 9.85 1224 W-(27)408 PUMP STATION RD X X X N C 8.15 1225 W-(27)409 PUMP STATION RD x P C 11.52 1226 W427)410 PUMP STATION RD X X X N C 10.05 ' 1227 W-27)411 PUMP STATION RD NOT FOUND 1228 W-(27)412 PUMP STATION RD X X X X N C 13.85 1229 W-(27)413 PUMP STATION RD X X X 1230 W-(27)414 PUMP STATION RD % % X N C 9.15 ' 1231 W-(27)415 700 PUMP STATION RD X % X N C 8.72 1232 W-(27)416 700 PUMP STATION X X X N C 12.85 1233 W-(27)417 800 PUMP STATION RD X % X N C 3.45 1234 W-(27)418 700 PUMP STATION RD. X % X N C 5.25 1235 W-(27)419 700 PUMP STATION RD X % X N C 7.70 ' 1236 27 20 800 PUMP STATION RD X % X N C 1148 1237 W-(27)421 800 PUMP STATION RD NO WORK REQUIRED N C 10.05 1238 W427)422 889 PUMP STATION RD X X X N C 12 22 1239 W-(27)423 889 PUMP STATION RD X X X N C 9.80 ' 1240 W -(27)423A 889 PUMP STATION RD X X X N C 10.85 1241 W-(27)424 889 PUMP STATION RD X X X N C 11.95 1242 W{2 24A 2300 5. CITY LAKE RD x X x X N B 6.75 1 JESSE.`@ WALL ONSTRIKMON ' P - PAVED (Sn S,KPre Type) B - BRICK/BLOCK NP - NON -PAVED (See SuAre Type) C- CONCRETE PRECAST/POURED FV- FIELD VERIFY FG-FIBERGLASS F - FLATTOP WORK RFY N BID LTt'M(SI I REPLACE MANHOLE FRAME & COVER I 2 SEAL FRAME & GRADE ADJUSTMENT 2. 3. 4 3 PRESSURE GROUT MANHOLE 6 4 INTERIOR MANHOLE COATING - A) CEMENTITIOUS B) EPDXY 7, 8.9 5 GROUT PIPE SEALS. LOWER 18. OF MANHOLE INCLUDING BENCH AND TROUGH 10 6 STANDARD SANITARY MANHOLE 11.12 7 SANITARY MANHOLE, SHALLOW 13 8 PARTIAL MANHOLE REPLACEMENT 14 9 REPLACE MANHOLE BENCH & TROUGH 13 10 INSTALL BOLTS FOR BOLT DOWN COVERS I8 II INSTALL WATERTIGHT INSERTS 20. 21 Page 26 1v13/N02 I I I .J I I I I 7 I H I I I C I LOCATION MAPS SECTION H I t fI i --- - — _ RAILROAD - - - - - W'LKERsc% �5 UU/h•• 1 m + Y v H NLEE - 4 ai.__ . - F _. - - - - - v pE Ea c Ce ``IC � ;IIII WII -II II III Ali O L AVE y v o O IIO - Ix �uJ IIc v o o Is m S•'f� � � i .1 D 01.� A yO moo �a 1J J.TG SrIILOR DR 0 O _ _ W _ y I V IJ O I P J � - iu � N l i 0 C y : V b a FRONTAGE � I Z D x r— T1 • ► m I 0 1mm m0 -o �D_ D �D G? r 'a Z Z= Z 1>1 z 1 OmH .`.iz= O m0Q to O < D *t • m cD n r- m o m c n ii 0 4' I m m CI) CI) o D - m e I Z --I m_ p o m ca Z I U=ZZm �-M D �m 0 C 0 N - W C 0 m a h u CD a I J ,s I Ho ti ,m o a S o e g � P o Rf'JGE DR j m I S^ I i i - l a � g -------- BALL ST — -- — 0 � Ilz 2 - m C7 T 2 ► r r o Dp ` 2 D m z c -I r 0 OLJ rn �� D �m I� m I II' moo= m Cm C D c 0 • N — n o m C=7 1 a Fy\ ARKANSAS 1. ^.�_ m m � N •S GREGG S S - S '-t° .-.�_.__[_', :'��' I;... - —.x r— . o _— _ - Y is a i �; _�- _o � ; �_ � �,,-- 1 _ —�, A�`` • ` ,.r � �_ >� \ 1\ :` � �`• �\ )^ r _ - - u TJ V j V V m ,y am �N SA,'vDPIPF3: _PI ;S. • _ -'---�- L0Fj. { i_ I � .------- - ---___.-___._---�m •_- ICY I 3- z 3 II r fig -i 1-� e '��rm - -.-°ni / -F . =NOR H'NQ0B• ; f 1- - _i.__- __. 1Oi•N.f1AYNE� r ' r ! 1 m - is mj _\ � AVE _ I Y LIZ S r •� �/ S, i IN QhR I i AVE _i 2_- _ ' ^ a m - l A e -Or: - m_ _17S G 3 m -i Z 1 F •'m_ ' V W 1 _ s S N a N //� __ - -Jam.--i_-_- 1 �' - iS E _ '•�'/I �A?i .m N z z m i i / /._..•—G IV 011- I, •7 y'N I n I` l l a 1 z l ` 'N Ls.G 1 m • _ ♦.Z_lll75 u;f _ .. ➢�''I, o----�'' ^ �§ v jllll T!l r N--- -- - io ' y f t � 5 i �' N _� _ r CIR _ .H11N I 9 - IS I _ - x'Ma N\ ` / V ! 1 i m au 't � 4-- ^' z I) �LAINVIE-'1Q� I u 1. a Ki im i )-� .' / AVE •_ • i 9 __� 1. --- -_._- -. 9 -_ _ n a � - ^ $ M�� ip � o t A✓F i r♦ � g'i ��.� � V D i _ rn ♦/ �fj .. - ��, -t m • ' m O m p -� -,WDmD mD PI m O m` Cn 'L7 Z z= z C z m n _ Z_ _ >= Z 0�,-� r m r O, O <It m m 0 0 0o Io 0 O rn 1 Z-ImX IO i - c o C2Z= Zm ��(I C C D -1 o 0 � •m m Crj m I - s—`.� �yJ_ h4�___ : - y AVE ; ,� - --o� `� ��_'!� 1 vOIAN A✓E , ' I E 3 /z r ` \. A11E I i f J � g r rg ,m. ♦ .�m� it \\ Ia T '•-�.�Q�L {_ P _ —ll -$ 'rZH,'LL _ l -I J-- 'u N I ay _ 'V-•��LSay..'[ N- T -O , ,� L P pI rV p m ��. ( pr f r, / •p G '. -_.\ .. _ 1 _ v a _ p A✓ i 1 r -' ImJ CS RE v 1 - ; - tY♦"- T— - z— ' 1 m '-� B 1 G m r'1 rte_"�. J 1 !3 O r -. lIII1 l� - -.,n __ _'E'' � _'� � 2��_.� r—_ $ PI�'A♦711L�Li`i y' —3 +\ I �.O\\\ I ^ I r � •.: -yam z, � t' \��0 \H•�� O p � .l-f�" '—_ _ I}I R o Imo• -Y'' /„ ♦e^ � � {n {f _ � ♦ I x% o / __ - r -\, ---- - KATI-TERTNE : - - -- AVEI m hr OAK SAILEV LJI\' i , Ir _ . \ w'b� 1C�\ -VDU \ � v. \/ , � i '3• :. - i \ �d�"�./'Z PAR COURT • ' a -------� '�.�_. GREENS IC rr-' �.- • ark ---• Pah:L' 6 o n < _ r mm m D m D D m> G) -{ Z o n Cn T z z D z Z O _ z = m O m0 p C) p N m cfl _ o m m c C7 N� -'mm mHCr o m m z-{mA oo ICm v� ulzm Zm I' • .L (21m ? C D X 0 0 o m C17 z 1 I I I p 4 T � O jp I V y MF0 � O j O 6 C Z Id - o n I- N C T r. ♦ S 1 -t > a m Tti V V H � m J % p IC V) - 2 - O m m -1 m o Z „ rn o m o rr O N m o . � m Z woo o D"9m o=mm ?CAD _ — p z H;c. ( ;::z±1* \ p YO C RCLE • r- o G) D m D z >1 Z OOG cm `" o Cl) O) c D no m O W J Zm i C) 0 C oo n m o C `-L I I LT; Leek n -_ - '_... -. L } Is � s rY ` i 3 S Sr 1 ___ I - W----- _ IBKEY "-- pr u __ ._ V m IN �' r _nwdJ p1 -._ --__ MRAY DA'JI 'r' �'! $—y-�cT•+• '�"i STERN 1 i 1 -- l: 1. m I• o _ 1 m —�— fGREEN r I -�5y L ► , �c J AL,G r —• -" ov y--- _ — �+ hrm'mS -b gy_ �1 --� aa� „_ _: 4i4 _ — z 1 m .25 'u ul pJ-: IT IrC—i �-• 4 j [• r +.-. m J 1 I W C� IJ $$ r 1a 4•• i m -- -� N z ,' rte; r I� ��/mU_ O V\ � m • V � F LI _ - - - O m n 25 -�"�p o A0 � ; ' g--_ / 0 8 m ��- �-ice_ �\ Y 1 yy � Iw O o u r 1 _ �+ 1 y l _ 1-1 T _ ICI -I, �_ 1u SHe'RICAN - AVE �1. � I BRIAR`N00D LY 1 , ,7; ." L _... i `W)CKINGa,RD UJ `. - --- _ Z._-. --L—_ 1 _Mm H my G3 Z 0 n Z Z =Z M = D= Z < Cfl O m o m oI D fl r o C�J-Zfi= Nm . /gym NC m r] cn C) o o m 1), 0 0 0 CDCD m h 1, n N'fftiGB D _ _ E 00D 1 S`— f "I i z a— E gam' jTI •cor.uov cR � o i> r a A s 4 s__''s _ E"ZA.9FTW tz o _ N u I� z 'z G�IL� _ ,CRY4. :_ T1 T . ��- � � f� ' 'H :1 11 CST - _ I��N\` 5 _V.�, ' I Rim EIONOAVE I ! O CREOD O - _ Z J •-� C 1� ,GC RBI J _L_-.. •�\ n • 1 - - N� I �?.]OVl\'dad _l __ ____ O Y 1i III— m r Via.//\. ♦\\�__ - \ — ROBIN __ �'• - --- - — \. \1 / j it .9 `,�,\ 1CQ CC I � y ,V � r - Vt V '� ' / \� /� / \ \, ` __ FL Rc usoN I % /t0\i. V \`\•./ 1. "c- �< / ..,. 1 I SHE FFIECD 1 e _: '9 LiC Y � : p �\i .\\\'' / `.\ 9iRN�fvGHAM PL —( 1 -� i/. 2' ' � � \ i•[� -O— +nA.�PTONcT ___ � - �. '� !' Ste\ O'P Z �L -! G C 1 1 1 Y r I H 1-z _Z= OEl' H to to o m m Q m D m mC ' m N) go z_'mM o° �o I _ �' z I O I Z m Z m Z m o J C > c c 0 r - n m •Icz C7 o m I CIII -=ice= ~_-_ Y✓ASHIINGTCN -_ . l I 1 y0 -- WANETi 1 --OC -1- • S Fr-i-< ii LCRE� - C i LAKE RIDGE —VANDEVEN3ERAU� + + I < I \ _ '_.±FORtST ! HE'64r6_ ! ,1 YAKS AVE I' ≥ --------- - GREENVA LEYAVa BAKER- _--.--- I ✓IOODLANID ( AVM s o� ^ P J 1 m ' i ----: a a 1 tI IY ^' AVE INALIN_U7 AYc ix liii p RAYVIO/ DDR — I'_ s — Ga Y _ _ -r ! Y, :Li :1IuI1 r .. _ J lr�r AUSTIN + I °._*. ' / 1 1 _� S ki) N s- �.L - ' 1 \ �-•` . ` •' __-._ •----_. , > ! II\ _p d — _.—_— ; _�. 1 - JVNEWAY ' t I Cp I — ---- 1 \ - I 1 `o �- z BRIAR;vI Ap• --RHO'JDA 1 I ; ` — C\p/ `� 1 _. _ _ .— _ SAMANTkA .—I \�\� < S r C m rn m Co m > D mD G) I Z Ti n __ Z z =z rn = O m O Q cn O _ n Q m om t o C) 71 C) m I m m N) D n0 O < o Z I m -3 O r. I y u= Z m Z m I n _I •0 N C c C o 0 0 CJ1 m cTD o p° Lii I I IIT. r -—!--- - - _� - ,S'HADY AVE— - y ThI _ - C __WICK .. , r v NCH R.,H �TNOM2O _ _ k : _._---__.- UNCICIL'tr _ _...._.� 1 __ _ c I, N 9LOCK 1 - -._ . a-- PARK t I AVE 141 __ -, !1 -=-i = ST, CHARLES I - � f ,_ T _ i EAsr I m z_ iI A. j WAShINGTON ! _ • -T- O _ T � �� I I m �'. I sCHGOL 11 I All C 7; j - 'HIGHLAItD __.i III - -� f _-_ r - -1 _ I -: COLLAR -._yam,__ ty to F c $ -_ HfGR[AND Ta — i$ s4 4, AVC j— C— _ 1 ♦ , _ • r I TT - -AVE ,_' - COLLE'GE,' ��o.- ---- ----- - :ate sl ~ -- _—_ ' + e c ' �.L' w O.:n O .__— _— � � N _. °�IASHINGTON � i AVE . L,n r -�'`_ t� �- i� i I v r �- _ AVE - �b I� S = 1-_� - _ r I Z A✓E• m ! 7 I - _-.- 'a N 7 i I ; . Iz � -- _. _._ - — N — I IVE_ _ - ICI __ FLETCHCR f J __ .i - y -AVE -- I- '2 -I _;1 -. 1 . r� . _y I liii a •v !, r 1 + [\- OKtAl�OMA Y✓AY t 1 • 1 r S. w. Im i O tit 1 . ,'e �L5 _ I _ - 1_a� .. ;_ _— +jam , -ff I , % W SKYLINE 2 -z'- -II.--T A J :}��0�, ` }''fr ' 1 - � I - ,: / - iZ_." v i' ✓ � +I N __, _,.' '` �' . 2rvJi Y ✓.. — —.. izj sEwpYAH v I w V ..I ! �--.` ..i _ V OI ♦ _ _ _ _ _ I I it Cl) C7 Or o o m p c n ° M (n Cn o D mHAJ oI f' a �'• T Z'{ W C c 0 • N O t9 Ctry t---_ �Kc RGFp F — LJ±:ui. A F Iii ,�- II N z I C..: ml' / E a F F F F L J$ F \� Y�► A Ni S t H v F ` f E � ►h�,{r S H 4 k � x E E t / ' mm o - o,Dm> D my On _ CA '� Z Z = Z m Z m n _ > = Z 0m u O Q < m at �(p�O m mom .. U m - _HI o > mo Cm N - n o H m O �