HomeMy WebLinkAbout196-05 RESOLUTION• •
RESOLUTION NO. 196-05
A RESOLUTION APPROVING A CONSTRUCTION CONTRACT
WITH C-2 PROJECIS, LLC IN THE AMOUNT OF $1,287,211.25
FOR THE NORTH COLLEGE WATERLINE REPLACEMENT
PROJECT; APPROVING A 10% PROJECT CONTINGENCY IN
THE AMOUNT OF $128,000.00; AND APPROVING A BUDGET
ADJUSTMENT IN THE AMOUNT OF $444, 941.25 FOR SAME.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a construction contract with C-2 Projects, LLC in the amount of
$1,287,211 25 for the North College Waterline Replacement Project. A copy of the
contract marked Exhibit "A" is attached hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a 10% project contingency in the amount of 9128,000.00.
Section 3. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a budget adjustment in the amount of $444, 941.25 for same.
PASSED and APPROVED this 20th day of September, 2005.
ATTEST.
�G��RK/TR�SG
--- •01YOF.? •,
•
_(j• •73-
:FAYETTEVILLE:
-.:• • -
;,ys.9,9KANS:*.t
By: C�O 4L c= 1<
SONDRA SMITH, City Clerk
• •
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the 20th day of September, 2005, by and between
C-2 Protects, LLC Springfield, Missouri, herein called the Contractor, and the City of Fayetteville,
Arkansas, Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of
Fayetteville as follows:
I. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if fully contained herein and are entitled North
College Water Main Replacement, dated June, 2005.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
Maintenance Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
HEET INDEX
2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful
performance of this Agreement, subject to additions and deductions as provided in the
Specifications or Bid, in lawful money of the United States, the amount of:
One Million Three Hundred Seventy Seven Thousand One Hundred Forty One Dollars
($1377 141.00)
FY032142 Fayetteville North College Water
Section 00500 - 1
SHEET NO.
SHEET DESCRIPTION
1
Cover
2
Sheet Index
3
Line 81, Line 83, Line 21, and Line 22
4
Line 81, Line 82, and Line 22
5
Line 82 and Line 83
6
Line 85, Linc 23, Line 24, and Linc 25
7
Line 84 and Line 85
8
Line 86 and Line 61
9
Line 121, Highway Bore Profiles for Line 82 and Linc 121
10
Baxter Lane Fire Hydrant, and Details
11
Details
2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful
performance of this Agreement, subject to additions and deductions as provided in the
Specifications or Bid, in lawful money of the United States, the amount of:
One Million Three Hundred Seventy Seven Thousand One Hundred Forty One Dollars
($1377 141.00)
FY032142 Fayetteville North College Water
Section 00500 - 1
3. The Work will be completed and ready for final payment in accordance with the General
Conditions within 165 calendar days after the date when the Contract Time commences to run, as
provided in the Notice to Proceed.
3. Liquidated Damages: The City of Fayetteville and Contractor recognize that time is of the
essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not
completed within the times specified in above, plus any extensions thereof allowed in accordance
with the General Conditions. Thcy also recognize the delays, expense, and difficulties involved
in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on
time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor
agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of
Fayetteville Five Hundred Dollars ($500.00) for each day that expires after the time specified in
Paragraph 3 for completion and readiness for final payment.
5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall
make partial payments to the Contractor on the basis of a duly certified and approved estimate of
work performed during the preceding calendar month by the Contractor, LESS the retainage
provided in the General Conditions, which is to be withheld by the City of Fayetteville until all
work within a particular part has hecn performed strictly in accordance with this Agreement and
until such work has been accepted by the City of Fayetteville.
6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that
all payrolls, material bills, and other costs incurred by the Contractor in connection with the
construction of the work have been paid in full, final payment on account of this Agreement shall
be made within 60 days after the completion by the Contractor of all work covered by this
Agreement and the acceptance of such work by the City of Fayetteville.
7. It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agrcement and the Surety Bond hcreto attached for its faithful performance and payment,
the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or
if, for any reason such bond ceases to be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the receipt of notice from the City of
Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety
or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment
to the Contractor shall be deemed to he due under this Agreement until such new or additional
security for the faithful performance of the work shall be furnished in manner and form
satisfactory to the City of Fayetteville.
8. No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the City of Fayetteville in writing.
FY032142 Fayetteville North College Water
Section 00500 - 2
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
C-2 Projects, LLC
CONTRACT OR
Owner
Title
1
CITY OF AYETTEVILLE, ARKANSAS
ATTEST: �! OWNS. /
QQ,�,�+�o,. By 1/ t4
Cityk Mayor
%%%%%%%%%% %%%%%%
SE.... .
;�G: G\TY Oe.c'
U• .13
:FAYETTEVILLE:
t -C .9,QkA NSitc J�'o:
"%y;NcroN �°
1
1
1
1
1
FY032142 Fayetteville North College Water Section 00500 - 3
• •
CHANGE ORDER NO. 1
PROJECT: North College Water Main Replacement
City of Fayetteville
PROJECT NUMBER: FY032142 CONTRACT DATE: September 20. 2005
DATE OF ISSUANCE: October 4, 2005 EFFECTIVE ON DATE APPROVED BY OWNER
OWNER: City of Fayetteville CONTRACTOR: C-2 Projects. LLC
Change:
Delete Deductive Alternate No.1, Line 86 along Washington Avenue, as listed in the Bid Schedule.
Reason for Change:
To reduce project costs.
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIMES
Original Price:
$1,377,141.00
Original Contract Time: 165 days
Net Changes from previous Amendments or Changes
0
Net Changes from previous Amendments or Changes:
None
Net Decrease for this Change:
$89,929.75
Net Increase for this Change: 0 Days
Revised Contract Price:
$1,287.211 25
Revise Contract Time: 165 days
RECOMjI_.
By: ,'�.f hizt,l. -
Robert W. White, P.E.
McClell�ajnd Consulting Engineers, Inc.
Date: /!/f 05—
BY:
DATE:
City of Fayetteville
0 ner
APPROVED:
ACCEPTED
By_
-2 Pr as, LLC
Contractor
/i- /L yr
Date
W:12003\0321421Chango OrdeACHANGE ORDER NO 1 doc
CORD,,, INSURANCE BI
NOE
R
BINDER IS A TEMPORARY INSURANCE CONTRACT. SUBJECT T
ICER PHONE
IMC.NB.EALL
BARKER PHILLIPS JACKSON INC
P 0 BOX 4207
SPRINGFIELD, MO 65808-4207
SUB CODE
DATE
•
O THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM.
COMPANY I BINDER B
UNITED PERE &. rAS f oZIS800000B6B
EFFECTIVE EXPIRATI•
DAIS 1 TI 1 DALE TIME -
1201 AM
_1.0 .13/_2005 19.01 I PM ..1_22/13/20135 MOON
THIS BINDER IS SSUED TO EXTEND COVERAGE W THE ABOVE NAMED COMPANY
PER EXPIRING POLICY F.
70/71/2005
)MDIID
ED
CITY OF FAYETTEVILLE, ARKANSAS
113 W. MOUNTAIN
FAYETTEVILLE, AR. 72701
DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY Bncludtg Location)
CONTRACT: FAYETTEVILLE NORTH COLLEGE
WATER MAIN REPLACEMENT, FAYETTEVILLE,
AR. CONTRACT AMOUNT: $1,377,141.
LIMITS
TYPE OF INSURANCE
COVERAGE/FORMS
DEDUCTIBLE
COINS% _
AMOUNT
'RTM
BASIC
CAUSES
OF LOSS
BROAD
SPEC
Nl UAMU TY
COMMERCIAL GENERAL
—1 CLAIMS MADE
OWNERSJCONTRS
PROTRCTIVR
LIABILITY
OCCUR
RETRO DATE FOR CLAIMS MADE.
EACH OCCURRENCE
$
lOAQQOQ_
FIRE DAMAGE
MED
PERSONAL
(Any one luel
1
EXP (Any one
6 ADV
per Bent
$
INJURY
1
GENERAL AGGREGATE
$
2000000
PRODUCTS • COMP/OP AGO
$
MOBILEUABIU TY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON•OWNED AUTOS
COMBINED
BODILY
SINGLE LIMIT
B
INJURY IPer pH son)
1
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
$
MEDICALPAYMENTS
1
_
PERSONAL INJURY PROT
$
UNINSURED MOTORIST
1
1
I PHYSICAL DAMAGE
COLLISION'
OTHER THAN
DEDUCTIBLE
1 ALL VEHICLES
1
I SCHEDULED VEHICLES
ACTUAL CASIIVALUE
1
STATEDAMOUNT
COL:
1 OTHER
IDE LJABIUTY
ANY AUTO
AUTO ONLY • EA ACCIDENT
1
OTHER THANAUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
1
SS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
RETRO DATE FOR CLAIMS MADE:
EACH OCCURRENCE
1
AGGREGATE
$
SELF INSURED RETENTION
$
WORKER'S COMPENSATION
AND
EMPLOYER'S LIABILITY
WC STATUTORY LIMITS
E L. EACH ACCIDENT
1
E L. DISEASE • EA EMPLOYEE
$
( L. DISEASE • POLICY LIMIT
1
1AL ADDITIONAL INSURED: MCCLELLAND CONSULTING ENGINEERS,
DITIONS/
ERR INC.-P.O. BOX 1229, FAYETTEVILLE, AR. 72702-1229.
FEES
1
TAXES
1
FSTIMATED TOTAL PREMIUM
1
VIE & ADDRESS
C-2 PROJECTS, LLC.%N
4903 S. STANTON
SPRINGFIELD, MO 65810
MORTGAGEE
LOSS PAYEE X
LOANF
rnNTRACTOR
ADDITIONAL INSURED
AUTHORIZED REPRESENT A TIV
ORO 75-S(1/981 NOTE: IMPORTANT STATE INFORMATION ON ERSE
° ACORD CORPORATION 1993
1
1
CONDITIONS
This Company binds the kindls) of insurance stipulated on the reverse side. The Insurance is subject to the
terms, conditions and limitations of the policy lies) in current use by the Company.
This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company
stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the
Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this
binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the
Rules and Rates in use by the Company.
Applicable in California
When this form is used to provide insurance in the amount of one million dollars (51,000,000) or more, the title
of the form is changed from' Insurance Binder' to' Cover Note".
Applicable in Delaware
The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real
property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if
the binder includes or is accompanied by: the name and address of the borrower; the name and address of the
lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled
within the term of the binder unless the lender and the insured borrower receive written notice of the cancel-
lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to
the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of
insurance coverage.
Chapter 21 Title 25 Paragraph 21 19
Applicable in Florida
Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the
duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless
the binder is replaced by a policy or another binder in the same company.
Applicable in Nevada
Any person who refuses to accept a binder which provides coverage of less than S 1.000,000.00 when proof is
required: (A) Shall be fined not more than $500.00. and (B) is liable to the party presenting the binder as proof
of insurance for actual damages sustained therefrom.
CORD 75-S (1 /98)
ACORD,V CERTIFICATE CO LIABILI
TY INSURANCE
)DIJCER
ARKER PHILLIPS JACKSON INC
0 BOX 4207
PRINGFIELD, MO 65808-4207
1
DATE IMMIDO/YYVYI
1D/11/0005
THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
URED
C-2 PROJECTS LLC
4903 S STANTON AVE
SPRINGFIELD, MO 65810-2448
C2 PRO
INSURER A UNITED FIRE & CAS CO
13021
INSURER B. COMMERCE & INDUSTRY INSURANCE
INSURER C
INSURER D
19410
INSURER E
H
)VERAGES
EHE
ANY
NAY
'OLICIES.
RADO'L
1
POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
REQUIREMENT. 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 AND CONDITIONS OF SUCH
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NER D
TYPE OF INSURANCE
POUCY NUMBER
POLICY EFFECTIVEPOUCY EXPIRATION
DATEIMM/DDNYI I DATELMMIDONYI
LIMITS
GENERAL
COMMERCIAL
LIABILITY
GENERAL
CLAIMSMADE
LIABBJTY
OCCUR
60338535
09/01/2005
09/01/2006
EACH OCCURRENCE
1 1000000
K
DAMGE RENT
PR MISESTEa Ocorcncel
S 100000
IX
MED EXPIMy one linen)
$ 5000
PERSONAL & ADV INJURY
1 1000000
GENERAL AGGREGATE
S 2000000
&N'. AGGREGATE
LIMIT APPLIES PER
PRODUCTS -COMP/OPAGG
S 2000000
�POUCY n OCT I /LOC
AUTOMOBILEUABIUTY
ANY Auto
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON.OWNED AUTOS
60338535
09/01/2005
09/01/2006
COMBINED SINGLE OMIT
(Ea occident!
S
1000000
K
BODILY INJURY
/Per person)
1
X
BODILY INJURY
IPdr accident)
S
X
PROPERTY DAMAGE
(PC, modenll
S
GARAGE
UABIUTY
ANY AUTOOTHER
AUTO ONLY • EA ACCIDENT
S
THAN
AUTOONLY.
EAACC
S
AGG
S
EXCESS/UMBRELLA
OCCUR
DEDUCTIBLE
LIABIUTY
CLAIMSMADE
603385350
09/01/2005
09/01/2006
EACH OCCURRENCE
1 2000000
AGGREGATE
1 2000000
$10000
1
S
X
RETENTION
S
1
WORKERS COMPENSATION AND
EMPLOYERS' 11ABIUTY
ANY PROPEOEIOR /E
ERXECUTIVE
OfFICERMEMBER EXCLUDED/
EXCLUDED/
Ryes. describe olds/
SPECIAL PROVISIONSOelow
NC1886071
10/05/2005
10/05/2006
X
E .
I WCST ATU
LOPY LIMITS
EACH ACCIDENT
1
rm
ER
ER.
$ 1000000
E L. DISEASE • EA EMROYEE
S 1000000
E . DISEASE • POLICY LIMIT
S 1000000
OTHER
SCPoPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES / EXCLUSIONS ADOEO BY ENDORSEMENT /SPECIAL PROVISIONS
!EP: FAYETTEVILLE NORTH COLLEGE WATER MAIN REPLACEMENT, FAYETTEVILLE, AR. GENERAL LIABILITY
"NCLUDES BLANKET ADDITIONAL INSURED ENDORSEMENT WHEN REQUIRED BY WRITTEN CONTRACT.
ERTIFICATE HOLDER
CANCELLATION
CITY OF FAYETTEVILLE, ARKANSAS
113 W. MOUNTAIN
FAYETTEVILLE, AR 72701
CORD 2512001 /081
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TIE EXPIRATION
OATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIRCATE HOLDER NAMED 10 THE LEFT. BUT FMURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR
REPRESENTATIVES.
MITI Po7EO REPRESENI'A lVE .
CJD
ACORD CORPORATION 1988
Any singular reference
"'PERFORMANCE BOND •Bond 58620154
to Contractor, Surety, Owner or other party shall be considered plural where applicablo
CONTRACTOR (Name and Address):
C-2 Projects, LLC.
4903 S. Stanton
Springfield, MO. 65810
OWNER (Name and Address):
City of Fayetteville, Arkansas
113 W. Mountain
Fayetteville, AR. 72701
SURETY (Name and Principal Place of Business)
Western Surety Company
7400 College Blvd.
Overland Park, KS. 66210
(800)888-3269
CONSTRUCTION CONTRACT
Date: September 20 2005
Amount: (51,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/100 •••
Description (Name and Location):
Fayetteville Norah College Water Main Replacement, Fayetteville, AR.
BOND
Date (Not earlier than Construction Contract Date): October 12 2005
Amount: (S1,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/100 •••
Modifications to this Bond Form:
Terrorism Disclosure Included.
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,
do each cause this Performance Bond to be duly execut on its behalf by its authorized officer, agent or
representative. /
CONTRACTOR AS PRINCIPAL AV drifrescli SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
C-2 Projects, LLC. 1 Western Surety C pany
Signaturez-
Name and ale:
Signature
Name and ttle: raham Venable
(Attach Power o Attorney-in-FAct
Attorney)
(Space is provided below for signatures of additional parties, if required.)
CONTRACTOR AS PRINCIPAL
Company:
(Corp. Seal)
Signature:
Name and Title :
SURETY
Company:
(Corp. Seal)
Signature
Name and Title:
EJCOC No. 1910-28-A (1996 Edaion)
Originally prepared through th joint efforts of th Surety Association of America, Engineers' Joint Contract Documents Committee. the ?nog -late] General
Contractors of America. and the American institute of Architects
SJISWGEEF 7100
1
P--\/ /9 .) /(1
IYU K11 10113 1111 11 11h14
D c ID 00923 970007 Tvoe L E
Rec rded 0 8 2005 et 10 51 45 AM
Foe Amt: 88.00 Pao@ 1 0 7
W shlnaton Coun v. AR
8 tto Stamps C1 cult C1 k
F 1m8027-00000462
Page 1 of 2
1. The Contractor and the Surety. jointly and ay, bind themselves,
their heirs, executors, administrators, success* assigns to the Owner
for the performance of the Construction Conti which is incorporated
herein by reference.
2. If the Contractor performs be Construction Contract the Surety end the
Contractor shall have no obligation under this Bond, except to participate
in conferences as provided in Subparagraph 3.1.
3. If gore is no Owner Default the Surety's obligation under this Bond shall
arise after.
3.1. The Owner has notified the Contractor and the Surety at its
address described in Paragraph 10 below, that the Owner is
considering declaring a Contractor Default and has requested and
attempted to arrange a conference with the Contractor and the Surety
to be held not later than fifteen days alter receipt of such notice 10
discuss methods of performing the Construction Contract. If the
Owner, the Contractor and the Surety agree. the Contractor shall be
allowed a reasonable time to perform the Construction Contract. but
such an agreement shall not waive the Owners right, it any.
subsequently to declare a Contractor Default; and
3.2. The Owner has declared a Contractor Oefaub and formally
terminated the Contractors right to complete the contact Such
Contractor Default shall not be dedared earlier than twenty days after
the Contractor and the Surety have received notice as provided in
Subparagraph 3.1; and
3.3. The Owner has agreed to pay the Balance of the Contract Price to
the Surety in accordance with the terns of the Construction Contract or
to a contractor selected to perform the Construction Contrad in
accordance with the terms of the contract with the Owner.
4. Ween the Owner has satisfied the conditions of Paragraph 3. the Surety
shall promptly and at the Surety's expense take one of the following
actions:
4.1. Arrange for the Contractor, with consent of the Owner, to perforin
and complete the Construction Contract; or
4.2. Undertake to perform and complete the Construction Contract
itself. through its agents or through Independent contractors; or
4.3. Obtaln bids or negotiated proposals from qualified conladors
acceptable to the Owner for a contract for performance and completion
of the Construction Contract, arrange for a contract t0 be prepared for
execution by the Owner and the contractor selected with the Owners
concurrence, 10 be sensed with performance and payment bonds
executed by a qualified surety equivalent to the bonds issued on the
Constnrction Contract, and pay to the Owner the amount of damages
as described in Paragraph 6 In excess of the Balance of IM Contract
Price Incurred by the Owner resulting from the Contractor's default;
or
4.4. Waive its right to perform and complete, arrange fon completion, or
obtain a new contractor and with reasonable promptness under the
drcumstances:
1. After investigation, determine the amount for which it may
be Gable to the Owner and, as won as practicable after
the amount is determined, tender payment therefor to the
Owner; or
2. Deny Iabtfity in whole or in part and notify the Owner citing
reasons therefor.
5. If the Surety does not proceed as provided in Paragraph 4 with
reasonable promptness, the Surety shall be deemed to be in default on this
Bond fifteen days alter receipt of an additional written notice from the Owner
to the Surety demanding that the Surely pedomt its obligations under this
Bond, and the Owner shall be entitled to enforce any remedy available to the
Owner. If the Surety proceeds as provided in Subparagraph 4.4. and the
Owner refuses the payment tendered or the Surety has denied liability, In
whole or in pan, without further notice the Owner shall be entitled to enforce
any remedy evadable to the Owner.
6. After the Ownar has noted the Contractors right to complete the
Construction Contract, the Surety elects to act under Subparagraph
4.1, 4.2. or 4.3 above, the the responsihiGbes of the Surety to the Owner
shall not be greater than those of the Contractor under the Construction
Contract. and the responsib4dles of the Owner to the Surety Wall not be
greater than those of the Owner under the Construction Contract. To the
Imlt of the amount of this Bond, but subject to commitment by the Owner of
the Balance of the Contract Price to mitigation of costs and damages on
the Construction Contract, the Surety is obligated without duplication
for:
6.1. The responsibilities of the Contractor for correction of defective
work and completion of the Construction Contract;
6.2. Additional legal. design professional and delay coats resulting
from the Contractors Default, and resulting from the actions or failure
to act of the Surety under Paragraph 4; and
6.3. Liquidated damages, or 11 no liquidated damages are specs led In
the Construction Contract, actual damages caused by dolayed
performance or non-performance of the Contractor.
7. The Surety shall not be Gable to lie Owner or others for obligations of the
Contractor that are unrelated to the Construction Contract and the Balance
of the Contract Price shag not be reduced or set orf on account of any such
unrelated obligations. No right of action shall accrue on this Bond to any
person or entity other than the Owner or its heirs. executors,
administrators. or successors.
6. The Surety hereby waives notice of any change, induaing changes of
time, to the Construction Contract or to related subcontracts, purchase
orders and other obligations.
9. Any proceeding, legal or equitable. under this Bond may be instituted in
any court of competent jurisdiction in the location in which the work or part of
the work is located and shall be instituted within two years after Contractor
Default or within two years after the Contndor ceased working or within two
years after the Surety refuses or falls to perform its obligations under this
Bond. whichever occur. fist. 11 the proviskms of This Paragraph are void or
prohibited by law, the minimum period of Imitation available to sureties as a
defense in the jurisdiction of the wit shall be applicable.
10. Notice to the Surety. the Owner or the Contractor shall be mailed or
delivered 10 the address shown on the signature page.
11. When this Bond has been furnished to comply with a statutory or other
legal requirement in the location where the mnstnldion was to be
performed, any provision N this Bond conflicting with said statutory or legal
requirement shall be deemed deleted herefrom and provisions conforming to
such statutory or other legal requirement shall he deemed incorporated
herein. The Intern Is that this Bond shall be construed as a statutory bond
and not as a common law bond.
12. Definitions
12.1. Balance of the Contract Price: The total amount payable by the
Owner to the Contractor under the Ccnstrudgn Contract after all
proper adjustments have been made, including allowance to the
Contactor of any amounts received or to be received by the Owner N
settlement of kuurance or other dams for damages to which the
Contractor is entitled, reduced by an valid and proper payments made
to or on behalf of the Contractor under the Construction Contract.
12.2. Construction Contract: The agreement between the Owner and
the Contndor klentdied on the signature page. including all Contract
Documents and changes thereto.
12.3. Contractor Default: Failure of the Contractor, venial has neither
been remedied nor waived, to pertorm of otherwise to comply with
the terms of the Construction Contract.
12.4. Owner Default: Faikse of the Owner, which has neither been
remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with the
other terms thereof.
(FOR INFORMATION ONLY - Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party):
McClelland Consulting Engineers, Inc.
P.O. Box 1229, Fayeneville, Alt 72702-1229
(479) 443-2377
Any singular reference
CONTRACTOR (Name
C-2 Projects, LLC.
4903 S. Stanton
Springfield, MO. 65810
• PAYMENT BOND •
Bond 58620154
to Contractor, Surety, Owner or other party shall be considered plural where applicable.
and Address): SURETY (Name and Address of Principal Place of Business):
Western Surety Company
7400 College Blvd.
Overland Park, KS. 66210
(800) 888-3269
OWNER (Name and Address):
City of Fayetteville, Arkansas
113 W. Mountain
Fayetteville, AR. 72701
CONSTRUCTION CONTRACT
Date: September 20 2005
Amount: (51,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/l00 •••
Description (Name and Location):
Fayetteville North College Water Main Replacement, Fayetteville, AR.
BOND
Date (Not earlier than Contract Date): October 12 2005
Amount: (51,377,141.00) One Million Thee Hundred Seventy -Seven Thousand One Hundred
Modifications to this Bond Form:
Surety and Contractor, intending to be legally bound hereby, subject to the
hereof, do each cause this Payment Bond to be duly executed on its behalf
representative.
Terrorism Disclosure Included.
CONTRACTOR AS PRINCIPAL
Company:
C-2 Projects, LLC.
Signature:`)"
Name and Title:
/itarAa SURETY
(Corp. Seal) Company:
Western Surety
r/L
Signature
Name and Title: Graham
Attorney -in -Fact
(Attach Power of Attorney)
Forty -One Dollars and no/I00 •••
terms printed on the reverse side
by its authorized officer, agent, or
mpany
Venable
(Corp. Seal
(Space is provided for signatures of additional parties, if required.)
CONTRACTOR AS PRINCIPAL
Company:
(Corp. Seal)
SURETY
Company:
(Corp. Sea
Signature. Signature:
Name and Title:
Name and Title:
EJCDC No. 1910-28-B (1996 Edition)
Originally prepared through the joint efforts of the Surety Association of AmeriCa. Engineers Joint Ccntwt Dotuments Committee. the Associated Gene
Contractors of America, American Institute al Architects. the American Subcontractors Association, and the Assocatad Specialty Contractors.
P•na cif
1
1
1
1
1
1
1
1
1
r
1
•
1
1
1
1
1
1
1. The Comrador and the Surety. )olnty and Ally, bind themselves
their heirs, executors, administrators, suocesson and assigns to the Owner
to pay for labor, materials and equipment fumished for use In the
performance of the Construction Contract, which is incorporated herein by
reference.
2. lath respect to the OWNER this obligation shall be null and void if the
CONTRACTOR:
2.1. Promptly makes payment. direly or Indirectly, for al sums due
Claimants, and
2.2. Defends, Indemnifies arta holds harmless the OWNER from all
deans, demands. liens w suits by any person or entity who famished
labor. materials or equipment for use In the performance of the
Contract, provided the OWNER has promptly - notified the
CONTRACTOR and the Surety (at the address described In Paragraph
12) of any claims demands, liens or suits end tendered defense of
such daims. demands. fens or suds to the CONTRACTOR and the
Surety, and provide! there b no OWNER Default.
3. WM respect to Claimants, this obligation shad be null and void if the
CONTRACTOR promptly makes payment, direly or indiuedy, for all sums
due.
4. The Surety shag have no obligation to Claimants under this Bond until:
4.1. Claimants who are employed by or have a direct Centred wpm the
CONTRACTOR have given notice to the Surety (at the address
described in paragraph 12) and sent a copy. or notice thereof. to the
OWNER stating that a claim Is being made under this Bond and, with
substantial accuracy. the amount of the claim.
4.2. Claimants who do not have a direct contract with the
CONTRACTOR
1, Have lumohed written notice to the CONTRACTOR and
sent a copy. or notice thereof, to the OWNER, within 90
days after having last performed labor or last furnished
materials or equipment included in the dam stating, with
substantial accuracy, the amount of the dawn and the name
of the party to whom the materials were furnished or
supplied or for whom the labor was done or performed: and
2, Have either received a rejection In whole or N part from the
CONTRACTOR, w not received within 30 days of fumishing
the above notice any communication from the
CONTRACTOR by which the CONTRACTOR has Indicated
the claim wgl be paid directly or Miredty, and
3. Not having been paid within the above 30 days, have sem a
written notice to the Surety and sent a copy, or notice
thereof, to the Owner, staling that a dein is being made
under this Bond and enclosing • copy of the previous written
notice punished to the CONTRACTOR,
5. 11 a notice required by paragraph 4 Is given by the OWNER to the
CONTRACTOR or to the Surety, that is sufficient compliance.
6. When the Claimant has satisfied the conditions of Paragraph 4, the
Surety shall promptly and al the Surety's expense take the following actions:
6.1. Send an answer to the Clamant, with a copy to the OWNER,
within 45 days after receipt of the dein, stating the amounts that are
undisputed and the basis for challenging any amounts Nat are
disputed.
6.2. Pay or arrange for payment of any undisputed amounts.
7. The Suretys total obligation shag not exceed the amount of this Bond,
and the amount of this Bond shag be credited for any payments made in
good faith by the Surety.
I(FOR INFORMATION ONLY - Name, Address and Telephone)
GENCY or BROKER: OWNER'S REPRESENTATIVE (Engineer or otherart
McClelland Consulting Engineers, Inc, p y)�
P.O. Box 1229, Fayetteville, AR. 72702-1229
(479)443-2377
8. Amounts owed by the AR to the CONTRACTOR under the Contract
shall be used for the performance of the Contract and to satisfy dams, i1
any, under any Pedomnance Bond. By the CONTRACTOR furnishing and
the OWNER accepting this Bond, they agree that al funds earned by the
o COfy
pMatio f s of the CONTRACTOR and the SuCTOR in the performance of the rety underadeN Bond, subjectdedicated to s to
the OWNER's priority to use the funds or the oompleuon of the work,
9. The Surety shag not be table to the OWNER Claimants or other for
obligations of the CONTRACTOR that are unrelated to the Contract, The
OWNER shall not be liable for payment of any costs or expenses o1 any
Claimant under this Bond, and shag have under this Bond no obligations to
make payments to, give notices on behalf of, or otherwise have obfgalions
to Claimants under this Bond.
10. The Surety hereby waives notice of any change, including changes of
time, to the Contract or to related Subcontracts, purchase orders and other
obligations.
11. No suit or action shall be canmenced by a Claimant under this Bond
other than In a court of competent jurisdiction in the bcation in which the
work or part of the work o located or after the expiration of one year from the
date (1) on which the Claimant gave the notice required by paragraph 4.1 or
paragraph 4.2 or (2) on which the last labor or service was performed by
anyone or the last materials or equipment were furnished by anyone under
the Construction Contract, whichever of (1) or (2) tint occurs. If the
provisions of this Paragraph are void or pmhbeed by law, the minimum
period of limitation available to sureties as a defense In the jurisdiction of the
suit shall be applicable.
12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed
or delivered to the address shown on the signature page. Actual receipt of
notice by Surety, the OWNER or the CONTRACTOR, however
accomplished, shag be sufficient compliance as of the date received at the
address shown on the signature page.
13. When this Bond has been furnished to comply with a statutory or other
legal requirement in the Incaton where the contract was to be performed.
any provision In this Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shag be deemed Incorporated herein.
The Intent Is, that this Bond shag be construed as a statutory Bond and not
as a common law bond,
14. Upon request by any person or entity appearing to be a potential
beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of
this Bond or shag permit a copy to be made.
15. DEFINITIONS
15.1. Claimant An individual or entity having a direct contract with the
CONTRACTOR or with a Subcontractor of the CONTRACTOR to
furnish tabor, materials w equipment for use in the performance of the
Contract. The Intent of this Bond shag be to Include without Imitation
In the terms 'labor, materials or equipment that part of water, gas.
power, light, heat. dl, gasoline, telephone seMoe or rental equipment
used in the Contract, architectural and engineering services required
for performance of the Work of the CONTRACTOR and the
CONTRACTORS Subcontradors, and an other items for which a
mechanic's lien may be asserted In the jurisdiction where the labor,
materials or equipment were furnished.
15.2. Conned: The agreement between the OWNER and the
CONTRACTOR identified on the signature page. Including all Contract
Documents and changes thereto.
15.3. Owner Default Failure o1 the OWNER, which has neither been
remedied nor waived. to pay the CONTRACTOR as required by the
Contract or to perform and complete or oornpy with the other temps
thereof,
1
1
1
1
1
1
1
1
gi
•
• •
MAINTENANCE BOND
Bond No. 586201 54
Any savour reference to Contractor. Principal. Surety. Owner or other party shall be cnWeered plural where makable.
KNOW ALL MEN BY THESE PRESENTS:
That C-2 Projects, LLC -4903 S. Stanton, Springfield, MO. 65810
as Principal. hereinafter called Contractor, and
Western Surety Company -7400 College Blvd., Overland Park, KS. 66210 (800) 888-3269
as Surety, hereinafter called Surety, we firmly bound unto
City of Faycticvillc, Arkansas -113 W. Mountain, Fayetteville, AR. 72701
(Name and address of Owner)
hereinafter called Obligee, in the sum of Onc Million Three Hundred Seventy -Seven Thousand Onc Hundred Forty -One Dollars and
no/I00••• (SI,377,I41.00 •••) DOLLARS.
lawful money of the United States of America, to be paid to the said Obligee or its successors or assigns to the payment of
which sum well and truly to be made. we do bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, Contractor entered into a contract with the said Obligee dated September 20 2005
for Fayetteville North College Water Main Replacement, Fayetteville, AR.
NOW, THEREFORE, the condition of this obligation Is such that. if Contractor shall remedy any defects due to faulty materials
or workmanship and pay for any damage to other work resulting therefrom which shall appear within a period of
TWO year(s) from the date of acceptance of the work provided for in the Contract, then this obligation shall be void;
otherwise it shall be and remain in full force and effect.
ATTEST:
Zye
(SEAL)
ATTEST:
(SEAL)
S4e5r1/GEEF 519a
C-2 Projects, LLC.
(Signet ufe)
Name of Contractor/Principal
Western Surety Company
Principal
By:
Name of Surety
(Signature,
Graham Venable
Attorney -in -Fact
Mach Properly Executed Poser or Attorney
Surety
j'Vestern Surety Cqppany
POWER OF ATTORNEY APPOWrING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
nuke, constiwte and appoint
Dennis Breckenridge, Edwin Crawford, Pamela Crawford, David Duncan, Graham Venable,
Individually
of Springfield, MO, its true and lawful Anoney(s)-in-Fact with full power and authority hereby conferred to sign seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby u fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Anomey, pursuant to the authority hertby given, ase hereby ratified and confirmed.
This Power of Attorney is nude and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto axed on this 9th day of March, 2004. .
State of South Dakota
County of Mmnehaha
J
Ss
WESTERN SURETY COMPANY
Paul . BwOat, Senior Vice President
On this 9th day of March, 2004, before me personally came Paul T. Bmflat, to me known, who, bcing by me duly sworn, did depose and say; that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that thc seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporanon and taut he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said coryoration.
My commission expires
November 30, 2006
..... NN....... ........♦
D. KRELL ••
•
• NOTARY PUBLIC
S c` SOUTH DAKOTA 8 2s s
CERTIFICATE
D. Krell, NoTiry Public
1, L Nelson, Assistant Seeelar/ of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By-law of thc corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name andaffixed the seal of the said contortion this 13th day of October , 2005
Fain F421001-02
WESTERN SURETY COMPANY
L Nelson, Auisunt Secretary
i
i
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Westem Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF
TERRORISM LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding
the applicable surety/insurer deductible.
Form F7310
1
I
1
1
1
1
1
•
•
NOTICE TO PROCEED
TO: DATE:
PROJECT: City of Fayetteville, North College Water Main Replacement
You arc hereby notified to commence WORK in accordance with the Contract dated
on or before , and you are to complete the WORK within
165 consecutive calendar days thereafter. The date of completion of all WORK is therefore
,20 .
Owner
By
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged by
this the day of , 20_
By
Title
FY032142 Fayetteville North College Water Notice to Proceed
:1
• City of Fayetteville, Arkansas
Budget Adjustment Form
•
Budget Year
2005
Department: Water & Wastewater
Division: Water 8 Sewer Maintenance
Program: Capital Water Mains
Date Requested
9/20/2005
Adjustment Number
Project or Item Added/Increased:
$500,000 Is requested in the North College Waterline
Replacement project.
Project or Item Deleted/Reduced:
3500,000 from the Use of Fund Balance.
Justification of this Increase.
The funds are to cover the approval of a contract with C-
2 Projects.
Justification of this Decrease:
There is sufficient fund balance remaining to meet 2005
objectives.
Account Name
Water line improvements
Increase Expense Budget (Decrease Revenue Budget)
Account Number Amount
Account Name
Project Number
5400 5600 5808 00 500,000 02030
Decrease Expense Budget (Increase Revenue Budget)
Account Number Amount
Use of fund balance 5400 0940 4999 99 500,000
Request
4
Approval Signatures
udget'M nager
Department Director
Finance & In c ces Director
Aer
Mayor
4
D'etb
7,1 of
Date
Date
Date
Date
Budget Office Use Only
Project Number
Type. A
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Initial - Date
Initial Date
Initial Date
Initial Date
%_6tivii0ti4%q6icS
NORTH COLLEGE WATER
MAIN REPLACEMENT
FAYETTEVILLE WATER DEPARTMENT
CITY OF FAYETTEVILLE, ARKANSAS
MCE PROJECT NO. FY032142
June, 2005
Prepared By:
Mcgdkad GasdNng Engineers, Inc.
1810 North Canna, P.O. lox 1229
FannerIOn, Arkansas 72702-1229
(479) 443-2377
ooitt IIOFII"'o.
r,COMA" •• •
c U: CONS'JETIN644; e
i
ENGINEERS,
:
I.
▪ C-
•• C
,''gNSAS - EN`'
.. ......
/•
(1
NORTH COLLEGE WATER
MAIN REPLACEMENT
FAYETTEVILLE WATER DEPARTMENT
CITY OF FAYETTEVILLE, ARKANSAS
MCE PROJECT NO. FY032142
June, 2005
Prepared By:
on.io... ar
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702-1229
(479) 443-2377
PART/SECTION N2
TABLE OF CONTENTS
SUBJECT
PAGE N°
PART I
00030
00100
00200
00300
00350
00360
BIDDING REQUIREMENTS
Advertisement for Bids 1-2
Instructions to Bidder 1-7
Information Available to Bidders 1
Bid Form Unit Price 1.14
Bid Bond 1-2
Notice of Award 1
PART II CONTRACT FORMS
00500 Contract 1-3
00600-1 Performance Bond 1-2
00600-2 Payment Bond 1-2
Maintenance Bond 1
Contractor's Affidavit 1
Notice to Proceed 1
PART III CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions
PART IV
DIVISION 1
01000
01009
01011
01014
01016
01027
01028
01070
01210
01300
01311
01400
01500
01600
01700
01710
01720
DIVISION 2
02102
02150
1-27
1
SPECIFICATIONS
GENERAL REQUIREMENTS
Abbreviations 1-2
Summary of Work 1-2
Site Conditions 1-4
Protection of the Environment 1-2
Safety Requirements and
Protection of Property 1-5
Application for Payment 1-2
Change Order Procedures 1-3
Cutting and Patching 1-3
Preconstruction Conferences 1-2
Submittals During Construction 1-5
Schedule & Sequence of Operations 1-2
Quality Control 1-3
Temporary Construction Facilities
and Utilities 1-3
Material and Equipment Shipment,
Handling, Storage, and Protection 1-3
Contract Closeout 1-2
Clean -Up 1-2
Project Record Documents 1-3
SITE WORK
Clearing, Grubbing, and Stripping 1-3
Storm Water Pollution Prevention 1-4
FY032142 Fayetteville North College Watcr
TOC -1
PART/SECTION N°
TABLE OF CONTENTS
SUBJECT
PAGE N°
DIVISION 2 CONTINUED
02200
02218
02223
02444
02485
02601
DIVISION 3
03210
03300
DIVISION 15
15001
15001-2
15001-14
15012
15013
15014
15080
Earthwork, Trench Excavation
and Backfill 1-9
Landscape Grading 1-2
Bored Highway Undercrossings 1-5
Fencing 1-4
Finish Grading and Grass 1-3
Asphalt and Concrete Restoration 1-9
CONCRETE
Reinforcing Steel 1-3
Concrete 1-12
MECHANICAL
Plant Piping - General 1-10
Cement -Lined Ductile
Iron Pipe & Fittings 1-4
Polyvinyl Chloride (PVC) Pipe and Fittings 1-3
Miscellaneous Tubing 1-2
Miscellaneous Piping Specialities 1-3
Miscellaneous Metering and Measuring Devices 1-3
Manually Operated Valves 1-4
APPENDIX A
Standard Water Line Specifications
City of Fayetteville
APPENDIX B
Special Provisions
APPENDIX C
Water Shut Down and Boil Orders
City of Fayetteville
APPENDIX D
Occupational Safety Health Administration (OSHA)
Standard for Excavation and Trenches
Safety System, 29 CFR 1926, Subpart P
APPENDIX E
Arkansas State Licensing Law for Contractors
APPENDIX F
Chapter 5 Tree and Landscape Manual
City of Fayetteville
FY032142 Fayetteville North College Water
TOC -2
PART I
BIDDING REQUIREMENTS
ADVERTISEMENT FOR BIDS
Bid: 05-59
PROJECT: Fayetteville North College Water Main Replacement
MCE Project No.: FY032142
McClelland Consulting Engineers Inc.
1810 North College
P.O. Box 1229
Fayetteville, Arkansas 72701
Phone: (479) 443-2377
The City of Fayetteville will receive scaled bids for the construction of water mains in the vicinity of
North College Avenue (Hwy 71-B) between Maple Street and North Street, including approximately
377 feet of 12 -inch PVC water main, approximately 4,450 feet of 8 -inch PVC water main,
approximately 3,500 feet of 2 -inch and 1 -inch waterline, two highway bores, fire hydrants, valves,
fittings, and related facilities.
Bids shall be on a unit price basis.
The City of Fayetteville, Arkansas will receive Bids until 2:00 PM. Local Time on
August 16th , 2005 at the Office of the Purchasing Manager located in Room 306, 113 W. Mountain,
Fayetteville, Arkansas. Bids received after this time will not be accepted Bids will be opened and
publicly read aloud immediately after specified closing time. All interested parties are invited to
attend.
Bidding Documents may be examined at the offices of the Engineer and at:
ABC Plans Room
%Southern Reprographics
2905 Point Circle
Fayetteville, AR 72704
•
NW Ark. Planning Room
103A Apple Blossom Rd.
Bethel Heights, AR 72764
Copies of the Bidding documents may be obtained at the Engineer's office in accordance with the
Instructions to Bidders upon paying the sum of $80.00 for each set of documents. Return of
documents is not required, and amount paid for documents is not refundable. Partial sets are not
avai lable.
Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid
bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount not
Tess than 5 percent of the amount bid.
FY032142 Fayetteville North College Water 00030 - I
For information concerning the proposed work, contact Robert W. White, P E at the Engineers
office.
The attention of the Bidder is directed to the applicable federal and state requirements and conditions
of employment to be observed and minimum wage rates to be paid under this contract.
"Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas encourages all
qualified small, minority and women business enterprises to bid on and receive contracts for goods,
services, and construction. Also, the City of Fayetteville, Arkansas encourages all general
contractors to subcontract portions of their contract to qualified small, minority, and women business
enterprises."
The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of
the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date.
CITY OF FAYETTEVILLE, ARKANSAS
Peggy Vice, Purchasing Manager
FY032142 Fayetteville North College Water 00030 - 2
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH NO/TITLE PAGE NO.
1. FORMAT 1
2. SPECIFICATION LANGUAGE
3. GENERAL DESCRIPTION OF THE PROJECT 1
QUALIFICATION OF CONTRACTORS
DOCUMENT INTERPRETATION 1
BIDDER'S UNDERSTANDING 2
PROJECT MANUAL AND DRAWINGS 2
TYPE OF BID 2
TRENCH AND EXCAVATION SAFETY SYSTEM 3
ALTERNATES 3
PREPARATION OF BIDS 3
STATE AND LOCAL SALES AND USE TAXES 3
SUBMISSION OF BIDS 4
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 4
15. WITHDRAWAL OF BID 4
16. BID SECURITY 4
17. RETURN OF BID SECURITY 5
18. AWARD OF CONTRACT 5
19. BASIS OF AWARD 5
20. EXECUTION OF CONTRACT 5
21. PERFORMANCE AND PAYMENT BONDS, MAINTENANCE BOND 5
22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6
23. PERFORMANCE OF WORK BY CONTRACTOR 6
24. TIME OF COMPLETION 7
25. PROVIDING REQUIRED INSURANCE 7
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
The Contract Documents arc divided into Parts, Divisions, and Sections in keeping with
accepted industry practice in order to separate categories of subject matter for convenient
reference thereto. Generally, there has been no attempt to divide the Specification Sections
into work performed by the various building trades, work by separate subcontractors, or work
required for separate facilities in the Project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These refer to and are directed to
the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the Work to be done is contained in the ADVERTISEMENT FOR
BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts
of these Contract Documents.
4. QUALIFICATION OF CONTRACTORS
The prospective bidders must meet the statutorily prescribed requirements before Award of
Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein, the Owner will conduct
such investigation as is necessary to determine the performance record and ability of the
apparent low Bidder to perform the size and type of work specified under this Contract. Upon
request, the Bidder shall submit such information as deemed necessary by the Owner to
evaluate the Bidder's qualifications.
5. DOCUMENT INTERPRETATION
The Contract Documents governing the Work proposed herein consist of the Drawings and all
material bound herewith. These Contract Documents are intended to be mutually cooperative
and to provide all details reasonably required for the execution of the proposed Work. Any
person contemplating the submission of a Bid shall have thoroughly examined all of the
various parts of these Documents, and should there be any doubt as to the meaning or intent of
said Contract Documents, the Bidder should request of the Engineer, in writing (received by
the Engineer at least 5 working days prior to bid opening) an interpretation thereof.
FY032142 Fayetteville North College Water Section 00100-1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9. TRENCH AND EXCAVATION SAFETY SYSTEM
IN ACCORDANCE WITH ACT 291 OF 1993, BIDDERS MUST PROVIDE A SEPARATE
PRICE FOR TRENCH AND EXCAVATION SAFETY PROGRAMS IN THE SPACE
PROVIDED ON THE BID FORM. FAILURE TO DO SO WILL SUBJECT THE BIDDER
TO DISQUALIFICATION.
10. ALTERNATES
Not used.
11. PREPARATION OF BIDS
All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words
and figures where required. No changes shall be made in the phraseology of the forms.
Written amounts shall govern in cases of discrepancy between the amounts stated in writing
and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit
prices will prevail.
Any Bid shall be deemed informal which contains material omissions, or irregularities, or in
which any of the prices are obviously unbalanced, or which in any manner shall fail to
conform to the conditions of the published ADVERTISEMENT FOR BIDS.
Only one bid from any individual, firm, partnership, or corporation, under the same or
different names, will be considered. Should it appear to the Owner that any Bidder is
interested in more than one bid for Work contemplated, all bids in which such Bidder is
interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided
therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above,
together with the signature of the officer or officers authorized to sign Contracts on behalf of
the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm
shall be set forth above, together with the signature of the sole proprietor, partner or partners
authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an
officer of a corporation or a member of a partnership or sole proprietor, a notarized power-of-
attorney must be on file with the Owner prior to opening of bids or submitted with the Bid.
12. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the Owner is exempt from
state sales tax on materials incorporated into the Work due to the qualification of the Work
under this Contract, all state and local sales and use taxes, as required by the laws and statutes
of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the
Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form
to separately itemize the tax.
FY032142 Fayetteville North College Water Section 00100-3
1
17. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will return the bid securities to all
Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid
securities will be held until the Contract has been finally executed, after which all bid
securities, other than Bidders' bonds and any guarantees which have been forfeited, will be
returned to the respective Bidders whose Bids they accompanied.
' 18. AWARD OF CONTRACT
1
1
1
1 19. BASIS OF AWARD
Within 90 calendar days after the opening of Bids, unless otherwise stated in the
ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents,
the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD,
below. The acceptance of the Bid will be by written notice of award, mailed or delivered to
the office designated on the Bid Form. In the event of failure of the lowest responsible and
responsive qualified Bidder to sign and return the Contract with acceptable Performance and
Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest
responsible and responsive qualified Bidder. Such award, if made, will be made within 90
days after the opening of Bids.
If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid
' exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or
take such other action as best serves the Owner's interests.
1 20. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign
1 and deliver to the Owner the Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after receiving the signed Contract
' with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the
Contract. Signature by both parties constitutes execution of the Contract.
' The successful bidder shall conform to the Rules and Regulations of Arkansas Department of
Finance and Administration concerning nonresident contractor's notice and bond
requirements.
1 21. PERFORMANCE AND PAYMENT BONDS, MAINTENANCE BOND
' The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on
the form bound herewith, each in the full amount of the Contract Price in accordance with the
requirements of the State of Arkansas as applicable, as security for the faithful performance of
' the Contract and the payment of all persons supplying labor and materials for the construction
of the Work, and to cover all guarantees against defective workmanship or materials, or both,
I
for a period of 1 year after the date of final acceptance of the Work by the Owner.
The Surety furnishing this bond shall have a sound financial standing and a record of service
' FY032142 Fayetteville North College Water Section 00100-5
24. TIME OF COMPLETION
The time of completion of the Work to be performed under this Contract is of the essence of
the Contract. Delays and extensions of time may be allowed in accordance with the
provisions stated in Document 00700 - GENERAL CONDITIONS. The time allowed for the
completion of the Work is stated in Document 00500 - Contract.
25. PROVIDING REQUIRED INSURANCE
The Bidder's attention is directed to the insurance requirements set forth in the General
Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid
indicates full understanding and intent to comply with the insurance requirements which are a
condition of the contract.
FY032142 Fayetteville North College Water Section 00100-7
DOCUMENT 00200
INFORMATION AVAILABLE TO BIDDERS
PART I. GENERAL
1.1 SECTION INCLUDES
1-1. Arkansas Prevailing Wage Determination Number 04-346.
PART 2. PRODUCTS
Not Used.
PART 3. EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 00200 - 1
I
al'K 2 5 2005
[1
I
I
L1
H
I
I
I
I
H
H
H
Mike Huckabee
Gowmor
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205.2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131
April 22, 2005
Mr. Robert White
McClelland Consulting Engineers Inc.
P.O. Box 1229
Fayetteville, AR 72702
James L. Salkeld
0wocmr
Re: North College Water Main Replacement
Fayetteville, Arkansas; Washington County
Dear Mr. White:
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 04-346
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) 682-4536 or fax (501) 682-4508.
1
Enclosures
Sincerely,
4e
Don Cash
Prevailing Wage Division
Page 1 of i ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATES
DATE: April 22, 2005 DETERMINATION #: 04-346
PROJECT: North College Water Main Extension COUNTY: Washington
Fayetteville, Arkansas EXPIRATION DATE: 10/22/2005
SURVEY #: 704-AH05
BASIC
HOURLY FRINGE
CLASSIFICATION RATE BENEFITS
Bricklayer/Pointer, Cleaner, Caulker 9.35
Carpenter 14.05 1.75
Concrete Finisher/Cement Mason 14.00
Electrician/Alarm Installer 13.30 1.00
Ironworker (Including Reinforcing Work) 16.30
Laborer 9.35
Pipelayer 9.35
Truck Driver 13.50
Power Equipment Operators:
Asphalt Paver 12.55
Backhoe, Rubber tired 1 yd. or less 13.90
Bulldozer, Finish 15.00
Bulldozer, Rough 10.60
Crane, Derrick, Dragline, Shovel & Backhoe 13.05
Distributor 12.35
Front End Loader, Finish 13.70
Front End Loader, Rough 10.65
Mechanic 14.70
Motor Patrol, Finish 13.05
Motor Patrol, Rough 9.35
Roller 12.40
Scraper, Finish 11.75
Scraper, Rough 11.25
Trackhoe 16.73
Welders —receive rate prescribed for craft performing operation to which welding is incidental.
Certified July 1, 2004
Classifications that are required, but not listed above, must be requested in writing
from the Arkansas Department of Labor, Prevailing Wage Division. Please call
(501) 682-4536 for a request form.
Li
II
Li
/
\
I
I
[]
I
/
I
I
I
I
I
I
j
a-
§
z
§
C
'1:
•
},'
]
/
j
I
s
I
11
Ui
j
/
0
k
j
\
}
$/
z
§0.
U-
-'('4
LaN
/§N.
//\
Uz
}/t
[�E
jX\�
g\§
/\<
8/k
§ cc
L
&�\
j�k
ea§
k2
\k§
LL.
L$e
§�z
z <
w',Of
Eon
4R2
§i
LX±
/b§
o§§
k5±
2±±
&Zz
ui
eJ<
/\/
DOCUMENT 00300
BID FORM
UNIT PRICE
NOTE TO BIDDER: Please use BLACK ink for completing this Bid form.
fl1
Project Title: Fayetteville North College Water Main Replacement
Engineer's
Project No.: FY032142
Date:
Bidder: C- 2 Qroj \ e, U -
Address: !y40 3 5. 5knwire�-
t.C5tlt7
Contact Person for additional information on this Bid:
Name: k aja tflq5
Telephone: '-\\1. flu- su,3`t
Fax:y\\'- 433- QAQ1
ADDENDA
Arkansas Contractor's
License No.: Ot5f )
The Bidder hereby acknowledges that he has received Addenda Numbers:
Nonc to these Specifications.
(Bidder insert No. of each Addendum received.)
FY032142 Fayetteville North College Water Section 00300-1
II
r;
1
I
I
I
J
I
I
Li
u
I
I
I
H
r
I
I
BIDDER'S DECLARATION AND UNDERSTANDING
The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in
this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made
without collusion with any official of the Owner, and that the Bid is made without any connection or
collusion with any person submitting another Bid on this Contract.
The Bidder further declares that he has carefully examined the Contract Documents for the
construction of the project, that he has personally inspected the site, that he has satisfied himself as to
the quantities involved, including materials and equipment, and conditions of work involved,
including the fact that the description of the quantities of work and materials, as included herein, is
brief and is intended only to indicate the general nature of the work and to identify the said quantities
with the detailed requirements of the Contract Documents, and that this Bid is made according to the
provisions and under the terms of the Contract Documents, which Documents are hereby made a part
of this Bid.
The Bidder further agrees that he has exercised his own judgement and has utilized all data which he
believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions.
The Bidder states that he has experience in and is qualified to perform the work herein specified and,
if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid
is offered, that he will subcontract the work under said phase to a contractor who does have the
necessary experience and qualifications.
CONTRACT EXECUTION AND BONDS
The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the
Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance
Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery,
tools, apparatus, and other means of construction and do the work and furnish all the materials
necessary to complete all work as specified or indicated in the Contract Documents.
CERTIFICATES OF INSURANCE, PAYMENT BOND. AND PERFORMANCE BOND
The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of
insurance, Payment Bond, and Performance Bond as specified in these Documents.
START OF CONSTRUCTION. CONTRACT COMPLETION TIME AND LIQUIDATED
DAMAGES
Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document
00500 - Contract.
' FY032142 Fayetteville North College Water
Section 00300-2
[]
SALES AND USE TAXES
' The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid
prices for the work.
UNIT PRICE BASE BID
The bidder agrees to accept as full payment for the work proposed herein the amount computed
under the provisions of the Contract Documents and based on the following unit price amounts, it
being expressly understood that the unit prices are independent of the exact quantities involved. The
bidder agrees that the unit prices represent a true measure of the labor and materials required to
perform the work, including all allowances for overhead and profit for each type and unit of work
called for in the Contract Documents. The amounts shall be shown in both words and figures. In
case of discrepancy, the amount shown in words shall govern.
I BASE BID SCHEDULE
ITEM EST• UNIT DESCRIPTION UNIT PRICE TOTAL
' NUMBER QTY
1. I LS Act 291, 1993 Trench and Excavation ($ aJ ($ aZ 7d ,
Safety System
rvt cus,Mo 14iivyrr2pollars/IS
C/:7y fvJ Words
' 2. 377 LF 12 -Inch PVC, C-900, Class 200 Water (5!02750 ) ($__________
CT�a�.oa-o f
' Dollars/LF
Words
3. 44 0 LF 8 -Inch PVC, C-900, Class 200 Water ($ 3 SO ($"V/4107;5 q
'
Words
' 4. 87 LF 6 -Inch PVC, C-900, Class 200 Water ($ 87- SO ) ($ %E/a.So )
Main
Dom Ilrs/I.F
Words
5. 180 LF 6 -Inch Ductile Iron, Class 350 Fire (S S ≤ D ) (S /7/s co
Hydrant Stubs
•Di lars/I.F
Words �r
6. 1352 LF 2 -Inch PVC, SDR 13.5. Class 315 by ($GO, LO ) (S DI
Open Cut or 2" Polyethylene,
irectional
f ly Bored
Dol lars/LF
Words
' FY032142 Fayetteville North College Water Section 00300-3
u
BASE BID SCHEDULE
I
I
I
H
L
I
IH
J
ITEM EST.
NUMBER I QTY I UNIT I DESCRIPTION I UNIT PRICE
TOTAL
7, 367 LP 2 -Inch Polyethylene, Directionally Bored $/,' co
'($ 0
� Dollars/LF
Words
8. 10 LF 1½ Inch Polyethylene Service Tubing ($/2c0 ) ($ 10, O4D
4.yc C u^G.dN Doll ars/LF
Words
9. 1600 LP 1 -Inch Polyethylene Service Tubing by (S *co co ) ($ .ZP,z oq
Open Cut or Directional irBore
jte4 JC Dollars/LF
Words
10. 2 EA 12" Butterfly Valve w/Box/� ($ D` 00) ($ 100_00
rte' -�te.1rescaC Dollars/LA
Words
II. 17 EA
Gate Valve w/Box ($ <O ($3/C i0.00t
Dollars/EA
Words
' 12. IS EA �6" Gatee Valve w/Box ($/30gOOO)
NLe—a ut— Dollars/EA
Word
' 13. 11 EA 2" Gate Valaallve w/BBox ($ 7 S.a,) ($ / / %SOG1
4Gr.-c.41d i Dollars/EA
' Words
l4. 15 Three Way F ydrant ($33 SLYJ ($5OL?S.o�
cfy Dollars/EA
O , �l�;�,�.�-- Words q'
15. 5 EA Remove oEExiissttingg Fire Hydrant ($ ($ o? JO
' / % �'� — " - Dollars/EA
Words
I16. EA Service Line Connection to Existing (S_7W -7r) (SIa�S��•AO
Service Line or Meter Setter, Including
Plumber Connection to Existing Building
Ser ice, if Required
Dollars/EA
� ords
($oi340.0ol
I
FY032142 Fayetteville North College Water
Section 00300-4
I
I
I
L1
I
H
I
I
I
I
H
J
H
'1
I
I
I
BASE RID SCHEDULE
ITEM
NUMBER
EST,
QTY UNIT
DESCRIPTION
UNIT PRICE
:17OTAL]
[u to New 3IW A si4 meter Setting, ($y�p,S.CJ ) ($
Complete, Including Plumber Connection
to Existing Building Service
Dot Iars/EA
Words
18. I EA Single I" Meter Setting, Complete, ($ %3<w ) ($ 3Sco
Including Plumber Connection to
Existing Building Service
Dollars/EA
Word /�
19. I5 EA Relocate Existing Meter Setting, ($ ) ($ 9375.00)
Including Plumber Connection to
Existing Building Service
doZ-/'lu./�./(�.F Dollars/EA
Words
20. 20 A Install New Meter Yoke At Existing ($ ee ) ($4)
Mter 8
uGL Dollars/EA
Words
21. I5 FA Install New Meter Box At Existing Meter $
tting
-Q` ! Dollars/EA
Words
22. 15 EA St I New Meter Box Lid At Existing ($.2_) ($o_�Ot_a-))
eter Setting
7..u.O Dollars/EA
Words
23. I EA 12"xl" Saddle. One Inch Corporation ($ OOD.1i01 ($ ,2F4 CO
Stop and Tap
7w��-us Dollars/EA
Words
24. 52 EA 8"xl" Saddle, I" Corporation Stop and ($
JLDo Iars/EA
il 4i / ords
IFY032142 Fayetteville North College Water Section 00300-5
I
I
I
I
I
I
I
I
H
L
I
I
I
I
I
BASE BID SCHEDULE
ITEM EST.
NUMBER QTY
UNIT
DESCRIPTION
UNIT PRICE
TOTAL
25. 12 EA 2"x I" Saddle, I" Corporation Stop and ($ jGo ($ �, OGO
TapQ
Dollars/FA
Words 26. I EA 10"x8" Tapping Tee, 8" Tapping Valve (5 ) ($V/7SO.op)
wBox
F—
Dollars/EA
Words
27. 5 EOf "x8" Tapping Tee. 8" Tapping Valve
,� w/Box
/44 y Dollars/EA
Words
28. 7 EA 6"x6" Tapping Tee, 6" Tapping Valve ($) ($
w/Box
i�y.G.. r^ Dollars/EA
W s
29. I EA 6"x2" Tap, 2" Corporation Stop
iL — L x�td
Doll a rs/EA
Words
30. 3 EA 2"x2" Connection
.ex Dollars/EA
�04-Inch
Words
31. 65 Bored Steel Casing ($.6001
,Gi`��4. fish D44 ollars/LF
Word.
32. 127 LF 16-% ch Bored Steel Casing
/ p (S ($36/0 -09
7l d� fT Dollars/LF
�/, it Words
33. 62 LF nch Direct Bury Steel Casing
Dollars/I-F
Words
34. 40 LF 8 -Inch Direct Bury Steel Casing
Dullars/L -'
Words
I
FY032142 Fayetteville North College Water
Section 00300-6
H
I
I
±1
I
Li
I
I
I
I
I
H
I
I
11
BASE BID SCHEDULE
ITEM EST.
NUMBER QTY UNIT
DESCRIPTION
UNIT PRICE
TOTAL
s). au Lh 4 -Inch Direct Hury Steel Casing #7,,o
J,tha.nc.-x Dollars/1,F
Words
36. EA Cap Existing 8" Main
(S Sw.Oo ) (S.SaS. of
/4L Dollars/EA
Words 37. 10 EA Cap Existing 6" and 4" Mains (S (S 5{3z2 of
1 i5AP -iv. -ax ,41.4J F/✓s Dollars/EA
Words
38. 9 EA Cap Existing 2/." and 2" Mains (Sfi3≤ty ) (S30/S-oo)
/�cc�c Z t 'cas.,.Q /' Dollars/EA
Words q
39. 7 EA Abandon Existing Valve (S //S.Oo ) (S OLLwO )
ezlLlge Dollars/EA
Words
40. 4200 LB Epoxy Coated Ductile Iron Fittings (S % (S 33292 Gp
Doll ars/I.B
Words
41. 5050 SY Asphalt Surface Reoration ($ JOeoo) (S/S7tp
,t— + Ilars/SY
'ta Words
42. 20 SY Asphalt Highway Restoration (S 00 ) (S/i.4? no
I Gfi[us 74,.4tf
Dollars/SY
Words
43. o �I SSY oncrete Surf a Restoration
�BFuy�+�"' Dollars/SY
rrCC Words
44. 140 SY to Sidewalk �testoratio (S {o�A7 1 (S
Dollars/SY
Words
45. 500 LF Curb and Gutter Restoration (S Met,* ) (S/SoDO- /V)
/t9' Dollars/LF
Words
IFY032142 Fayetteville North College Water Section 00300-7
L
1
BASE BID SCHEDULE
ITEM EST. UNIT DESCRIPTION UNIT PRICE TOTAL
NUMBER QTY
46. 16 SY Exposed Aggregrate Driveway (S SO) ($ 4co
Restoration
/G71LLcf,L44LDollars/SY
Words
47. 2570 TON Granular Fill ($// /O ) (S2S7cc
44��yA4y�'w" _Dollars/1'ON
Words
48. 25 CY F7owableFjill ($ •SO ($/L'2 £2
Dollars/CY
' id a,J
49. 30 TON tench Stabilization Material ($ 200 ($ ROO )
4e7c Dollars/I'ON
Wor s
' TOTAL BASE BID $____________
I
ITEM EST.
NUMBER QTY
I
I
I
I
Li
DEDUCTIVE ALTERNATE SCHEDULE NO. 1
Water Line 86 Along Washington Avenue
UNIT DESCRIPTION UNIT PRICE
TOTAL
I LS Act 291, 1993 Trench and Excavation ($ a ilg sa ) ($Gy7g s0
Safety System. Line 86 Along
Washington Avenue
Iwo 6uu>v d
Dollars/LS
Words
2. 464 LF 8 -Inch PVC, C-900. Class 200 Water $_93 So ($
Main' ,./
zec
Dollars/LF
14t I�1r0 7 cvA. Words
3. 235 LF 1 -Inch Polyethylene Service Tubing ($ �s•Qo ) ($ ≤ CV
-f A' Xh(L1,t.Qt ✓ai /Jt4. 11Lr1)
Dol lars/L.F
�•�
Sct/cn,r7 ,✓11= Words
' FY032142 Fayetteville North College Water Section 00300-8
I
I
I
11
DEDUCTIVE ALTERNATE SCHEDULE NO. I
Water Line 86 Along Washington Avenue
ITEM
NUMBER
EST.
QTY
UNIT
DESCRIPTION
UNIT PRICE
TOTAL
' 4. 7 EA Service Line Connection to Existing (S oy 5.75 ) (S 3'/0.
Service Line or Meter Setter, Including
Plumber Connection to Existing Building
' ery ice, if Re wired
K 45S'4 L'/Ct5 .ID$I A
F� rr A,.m Dollars/EA
or s
5. 7 EA 8"x l" Saddle, I" Corporation Stop and ($ _1L00 ) (S //SS.OO
i./�Y""` D•tollars/EA
' C'^` Words
6. I ' EA 8"x8" Tapping Tee, 8" Tapping Valve (S j� o") (S .Zoa 0u
x n
�/7atc— w/ o�o «l'
Dollars/EA
Words
' 7. 2 EA �C�ap Existing
6"
and
d44"" Mains ($_'/3p, w ) ($ C�GO. oo )
is iv`___________________Doll ars/EA
' Words
8. 20 LB Epoxy Coated Ductile Iron Fittings ($ 7 ) (S -S . o P
' �..•��/ Dollars/LB
ords
9. 510 SSY� phalt Surface storation (S_30.0 O (S /Sjcv.vo)
eta-
' l; J ` n Dollars/SY
a
cX Words
10. 12 SY SConcrete Sidewalk Restoration ($ -S to`> (S %S0. CD
' .%dL 1_ Dollars/SY
Words
11. 70 LF Cur and Gutter Restoration (S -OO (S a/QO.Oo
Dollars/LF
ll+ Words
' 12. 260 TON G ular Fill (5/0. 00 ) ($ o?6QQ,Q0)
7-u,� Dollars/TON
' Words
TOTAL DEDUCTIVE ALTERNATE BID NO. 1 $ 499f9, 25
' FY032142 Fayetteville North College Water
Section 00300-9
I
I
CI
H
DEDUCTIVE ALTERNATE SCHEDULE NO.2
Water Line 84 Along Washington Avenue
ITEM
NUMBER
EST. UNIT DESCRIPTION
QTY
UNIT PRICE
TOTAL
II. I LS Act 291, 1993 Trench and Excavation ($ /2c0.Do) (S /2D000)
Safety System, Line 84 Along
Washington Avenue
' Dollars/ES
Words
I
I
I
I
I
I
I
I
I
I
I
I
2. 471 LF 8 -Inch PVC, C-900. Class 200 Water ($ 4SO ($ tSp)
Main
4*j&7"9"
Dollar 'LF
Words
3. ch Ductile Iron, Class 350 Fire (S 95'SD ) ($ g ≤0
Hydrant
tQStubs � �
�"dr
" T Doljar s/EF
Words /
4. 100 F I -Inch Polyethylene Service Tubing (S �.0D ) ($ ,s 0 PO
7g4.muCtJ'/C.C, Dollars/LF
Words
5 l EA 6" GGate Valve w/Box . n ($ 3 .6t7) ($ 3 O. co
Words
6. 1 EA Three Way Fire
/Hydrant n ($)3 S D) ($337.c0D)
/ r..Z Z acoa«d #4o ,m' Y Dollars/EA
Words
7. 5 EA Service Line Connection to Existing ($ qo-s � ($ s2g.7
Service Line or Meter Setter, Including
L y[_ -Plumber Connection to Existing Building
/
/4 � 0 _ D Dollars/EA
8. 5 EA 8"x I" Saddle, 1" Corporation Stop and (S/41.00) ($ 8 S, 0O
1 Tap 0
Dollars/EA
Words "/�
9. I EA 10"x8" Tapping Tee, 8" Tapping Valve (SY1SO. DO) ($'/15D £'A
w/Box //
74[4 4 rEA
Words
IFY032142 Fayetteville North College Water Section 00300-10
H
I
H
I
I
I
I
I
I
I
I
I
I
I
I
I
Li
DEDUCTIVE ALTERNATE SCHEDULE NO. 2
Water Line 84 Along Washington Avenue
ITEM
NUMBER
EST. UNIT
QTY
DESCRIPTION UNIT PRICE
TOTAL
iv. t rA o xe tapping tee, o" tapping valve ($ Yilyyyy ) (S't.rveyv
/Box
Dollars/EA
Words
II. 2 EA //// Cap Existing 2'/:" and 2" Mains (S 33S o ) (S470.00)
.2fd4o a, G��, c� i Dollars/EA
Words '
12. 108 LB Epoxy Coated Ductile Iron Fittings (S7. gs ) ($ 14z F(0
/1 )
J`�//// � �Dollars/LB
a,we Words
13. 470 SY Asphalt Surface Restoration (S 30.00 ) ($ / /00.00
4'
oliars! SY
Words
14. 10 SY Concrete Surface ;�Restoration (S -Z. O ) (S ROD )
44,t> Zz 7 Dollars/SY
Words
15. 50 LLF/�/ Curb and Gutter Restoration (S 30. PD ) ($
o2.c 7 ,% c L.,.CIllars/LF
Words
16. 240 TON Granular Fill (S/0.90 ) ($aZ00.00
Doll a rsfTO N
TOTAL DEDUCTIVE ALTERNATE BID NO. 2 $ 87-≤ . ss
DEDUCTIVE ALTERNATES
Deductive alternates for deleting two line segments are listed in the bid schedule.
BASIS OF AWARD
The Owner will review the funds available and decide whether or not to utilize one or both
Deductive Alternate Bid(s). After this decision is made, the Contract will be awarded to the
responsive, responsible bidder with the lowest resulting Bid.
IFY032142 Fayetteville North College Water
Section 00300-I 1
I
' MAJOR EQUIPMENT SCHEDULE
Not used.
PAYMENT SCHEDULE
' Not used.
ISUBCONTRACTORS
The Bidder further certifies that proposals from the following subcontractors were used in the
preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with
others for these divisions of the Work without written approval from the Owner and Engineer.
' BORING SUBCONTRACTOR
Arkansas Contractor License #
Name
Street Address, City, State, Zip Code
SUBCONTRACTOR
Arkansas Contractor License #
Name
Street Address, City, State, Zip Code
' PERFORMANCE OF WORK BY CONTRACTOR
The Bidder shall perform at least 70 percent of the work with his own forces (refer to Paragraph 23,
' INSTRUCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not be
considered.)
List below the items that the Bidder will perform with his own forces, if awarded this Contract, and
fill in the blank showing the estimated total cost of these items.
?etme,a\ r9Onr.
I
IFY032142 Fayetteville North College Water Section 00300-12
I
Estimated total cost of the above items the Bidder states that will be performed with his own forces,
if awarded Contract:
HI
I
I
I
I
I
H
I
(Words)
EXPERIENCE OF BIDDER
dO2JQ° Dollars ($ I , 3oo food, on )
The Bidder states that he is an experienced Contractor and has completed similar projects within the
last 5 years. (List similar projects, with types, names of clients, construction costs, and references
with telephone numbers. Use additional sheets if necessary.)
C\y or o.1,. wA\<-r L Seux.f re\wl. - NtOacjr Cvtc'netrs -1\1- g&54o93
SURETY
If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the
Performance and Payment Bond will be:
whose address is:
Street, City, State, Zip, Code
INSURANCE
The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if
awarded a construction contract, agrees to furnish the required insurance certificates within fifteen
(15) days of the date the award is made.
IBIDDER
I
I
I
I
The name of the Bidder submitting this Bid is:
doing business at:
XSos 5. 5\w.\c•, Sa: s&:cVj V c.Sb
Street, City, State, Zip, Code
which is the address to which all communications concerned with this Bid and with the Contract
shall be sent.
' FY032142 Fayetteville North College Water Section 00300-13
I
' The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of
all persons interested in this Bid as principals are as follows:
I\.04r..1 c\%", rn -vnt.n of V
I
I
If Sole Proprietor or Partnership
IN WITNESS hereto the undersigned has set his (its) hand this day of , 2005.
Signature of Bidder
I Title
If Corporation
IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed
Iand its seal affixed by its duly authorized officers this tsday of A_evsk , 2005.
C -
(SEAL) - No coporolc 5� y
Title
Attest €A/
cretary
I
I
I
IFY032142 Fayetteville North College Water
Section 00300-14
It
BID BOND
L
L
I
I
H
L
I
KNOWALLMENBYTHESEPRESENTS,thatwe C-2 Projects LLC
Of Springfield. MO
as Principal, hereinafter called the Principal, and
Western Surety Company
a corporation duty organized under the laws of the State of South Dakota as Surety, hereinafter
called the Surety, are held and firmly bound unto The City of Fayetteville AK
as Obligee, hereinafter called the Obligee, in the sum of
of Bid
for the payment of which sum well and truly to be made, the said Principal and the said
administrators,successorsand assigns,jointly and severally, firmly by these presents.
Dollars ($ )
ety, bind ourselves, our heirs, executors,
WHEREAS, the Principal has submitted a bid for Fayetteville North College Water
Main Replacement MCE Project No FY032142
' NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in
accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documentswith
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
' Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect
I
P1
IU
I
I
I
I
Signed and sealed this 11th day of August 2005
(Witness)
dness
ojec 1) (seal)
eJJs_t -s-t.-----
(Title)
Graham Venabl($erety) (seep
Attorney—in—FaEle)
Printed m cooperation withthe American Institute ofArchitects (AIA) by the CNA Insurance Companies.
The language in this document conforms exactly to the language used in AIA Document A310- Bid Bond. February :970 Edition,
' 6-108041-A
I' Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation. is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Dennis Breckenridge, Edwin Crawford, Pamela Crawford, David Duncan, Graham Venable,
Individually
1
of Springfield, MO, it, true and lawful Attomey(s)-in•Fact with full power and authority hereby confcncd to sign, seal and execute for and on its behalf
bonds. undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed an this 9th day of March, 2004.
1 5var. WESTERN SURETY COMPANY
. CQ
i S,tOyI,{;
1 s�
Paul . Bru0a4 Senior Vrce President
Suite of South Dakota 1
1 ss
County of Minnchala J
On this 9th day of March, 2004, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say that he
1 resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrnment; that he knows the seal of said corporation, that the seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like auhonty, and
acknowledges same to be the act and deed of said corporation.
My commission expires
PUB •
`✓` ICJ'
1 November 30, 2006 • NOTOT ARYRY PUBLIC/• fir/ n ' l�lE.]
S1JSOUTH QAKOfA�"G/�
♦�����NN�Nr���������� 4
D. Krell, No ry Public
1
CERTIFICATE
I, f_ Nelson, Assisant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, an-.ff nher certify tha:the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
mynnt midufiixedtheseal or the mid corporationthis 11th dayof August 2005
1 WESTERN SURETY COMPANY
•y�� vj
'1 lson, Assistant SGrtary
1 Form F42ad-01-02
I
I
L
NOTICE OF AWARD
TO: C-2 Projects, LLC
4903 S. Stanton
Springfield, MO 65810
OCT 1 8 2005
PROJECT DESCRIPTION: Fayetteville North College Water Main Replacement
The OWNER has considered the BID submitted by you for the above described WORK in
response to its Advertisement for Bids dated August 16, 2005 and Instructions to Bidders.
You are hereby notified that your BID has been accepted in the amount of:
' One Million Three Hundred Seventy Seven Thousand and One Hundred Forty One Dollars
and No Cents ($1,377,141.00)
You are required by the Instructions to Bidders to execute the Contract and furnish the
required CONTRACTOR'S Performance BOND, Payment BOND, and certificates of insurance
' within fifteen (15) calendar days from the date of this Notice to you.
If you fail to execute said Contract and to furnish said BONDS within fifteen (15) days from
the date of this Notice, said OWNER will be entitled to consider all your rights arising of your BID
BOND. The OWNER will be entitled to such other rights as may be granted by law.
' You are required to return an acknowledged copy of this NOTICE OF AWARD to the
OWNER.
' Dated this 4th day of October, 2005.
CITY OF FAYETTEVILLE, ARKANSAS
' Owner
By 40,
Title Engineer
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD is hereby acknowledged
by C' Z
this the 1' day of C __,2005.
By �•-, C' ,L�
' Title Otv,n e a.
IFY032142 Fayetteville North College Water Section 00360- I
U
1
I
u
LI
I
I
I
I
I
I
I
H
I
H
I
I
PART II
CONTRACT FORMS
1,
I
I
Li
I
H
H
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the 20th day of September, 2005, by and between
C-2 Projects, LLC, Springfield, Missouri, herein called the Contractor, and the City of Fayetteville,
Arkansas, Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of
Fayetteville as follows:
1. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if fully contained herein and are entitled North
College Water Main Replacement, dated June, 2005.
' Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
' Performance Bond
Payment Bond
L
L
I
I
H
I
Maintenance Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
SHEET INDEX
SHEET NO.
SHEET DESCRIPTION
1
Cover
2
Sheet Index
3
Line 81, Line 83,
Line 21,
and
Line 22
4
Line 81, Line 82,
and Line
22
5
Line 82 and Line
83
6
Line 85, Line 23,
Line 24,
and
Line 25
7
Line 84 and Line
85
8
Line 86 and Line
61
9
Line 121, Highway Bore Profiles for Line 82 and Line 121
10
Baxter Lane Fire
Hydrant,
and
Details
II
Details
2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful
performance of this Agreement, subject to additions and deductions as provided in the
Specifications or Bid, in lawful money of the United States, the amount of:
One Million Three Hundred Seventy Seven Thousand One Hundred Forty One Dollars
($1,377,141.00)
FY032142 Fayetteville North College Water Section 00500 - I
I
H
I
L
I
I
I
L
1
L
C
I
C
r
I
The Work will be completed and ready for final payment in accordance with the General
Conditions within 165 calendar days after the date when the Contract Time commences to run, as
provided in the Notice to Proceed.
4. Liquidated Damages: The City of Fayetteville and Contractor recognize that time is of the
essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not
completed within the times specified in above, plus any extensions thereof allowed in accordance
with the General Conditions. They also recognize the delays, expense, and difficulties involved
in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on
time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor
agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of
Fayetteville Five Hundred Dollars ($500.00) for each day that expires after the time specified in
Paragraph 3 for completion and readiness for final payment.
5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall
make partial payments to the Contractor on the basis of a duly certified and approved estimate of
work performed during the preceding calendar month by the Contractor, LESS the retainage
provided in the General Conditions, which is to be withheld by the City of Fayetteville until all
work within a particular part has been performed strictly in accordance with this Agreement and
until such work has been accepted by the City of Fayetteville.
6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that
all payrolls, material bills, and other costs incurred by the Contractor in connection with the
construction of the work have been paid in full, final payment on account of this Agreement shall
be made within 60 days after the completion by the Contractor of all work covered by this
Agreement and the acceptance of such work by the City of Fayetteville.
It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or
if, for any reason such bond ceases to be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the receipt of notice from the City of
Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety
or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment
to the Contractor shall be deemed to be due under this Agreement until such new or additional
security for the faithful performance of the work shall be furnished in manner and form
satisfactory to the City of Fayetteville.
No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the City of Fayetteville in writing.
IFY032142 Fayetteville North College Water Section 00500-2
H
I
H
I
H
H
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
C-2 Projects. LLC
CONTRACTOR
Owner
Title
' CITY OF AYETTEVILLE, ARKANSAS
ATTEST: � OWNE
L7ww.�...o-� �1� tct -' BY
City Clerk Mayor
' .'au,m„
,U
' 'c ; FAYETTEVILLE .
�'9J'•9,QKANSP5 Jam.-,
' ,,'y'NG ,oN1,Go```,
H
H
H
r,
' FY032142 Fayetteville North College Water Section 00500 - 3
F
Ii
ii
I
I
Ii
I
I
I
I
n
I
I
I
I
I
I
II
CHANGE ORDER NO. I
PROJECT: North College Water Main Replacement
City of Fayetteville
PROJECT NUMBER: FY032142
DATE OF ISSUANCE: October 4, 2005
OWNER: City of Fayetteville
CONTRACT DATE: September 20, 2005
EFFECTIVE ON DATE APPROVED BY OWNER
CONTRACTOR: C-2 Projects LLC
Change:
Delete Deductive Alternate No.1. Line 86 along Washington Avenue, as listed in the Bid Schedule.
Reason for Change:
To reduce project costs.
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIMES
Original Price:
Original Contract Time: 165 days
$1.377,141.00
Net Changes from previous Amendments or Changes
Net Changes from previous Amendments or Changes:
0
None
Net Decrease for this Change:
Net Increase for this Change: 0 Days
$89,929.75
Revised Contract Price:
Revise Contract Time: 165 days
$1,287,211.25
RL'COM D: _
By: Lf/
Robert W. White, F.E.
McClelland Consulting Engineers, Inc.
Date:
APPROVED:
BY: i
ACCEPTED
By
2 Pro cts, LLC
Contractor
Date: �! " /L _o
' W:\2003\032142\Change Ordor\CHANGE ORDER NO t.doc
• ACORD,INSURANCE BINDER I
]0h]if2005
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM.
fiOD(JCER --- --'_ I _ COMPANY I BINDERS
BARKER PHILLIPS JACKSON INC
P O BOX 4207
SPRINGFIELD, MO 65808-4207
CITY OF FAYETTEVILLE, ARKANSAS
113 W. MOUNTAIN
FAYETTEVILLE, AR. 72701
AM
10r111120.Q5 1201 I PM J13/2005 Ir I NOON
THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY
PER EXPIRING POLICY K'.
DESCRIPTION OF OPERATIONSNEHICLESR'ROPERTY II nae.g Loudon)
'ONTRACT: FAYETTEVILLE NORTH COLLEGE
(TER MAIN REPLACEMENT, FAYETTEVILLE,
LR. CONTRACT AMOUNT: $1,377,141.
COVERAGES LIMITS
TYPE OF WSURANCE
COVERAGEJORMS I
DEDUCTIBLE
COWS%
AMOUNT
PERTY CAUSES OF LOSS
BASIC I BROAD I SPEC
GENERAL
UABIUTY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE IOCCUR
OWNERS/CONTRS
PPOTRCTTVR
RETRO DATE FOR CLAIMS MADE.
EACH OCCURRENCE___
FIRE DAMAGE Any OMIve)
$ 1Q.Q.O.O.Q.O_
P
MED EXP IArty One Pelson)
P
PERSONAL & ADV INJURY
E
_X
GENERAL AGGREGATE
E 2.0.00000
PRODUCTS - COMPIOP AGG
s
UTOMOBILE
UABIUTY
ANYAUTO
ALLOWNEDAUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
COMBINED SINGLE LIMIT
E
BODILY INJURY IPe Pelson)
BODILYINJURY(Perecc,denil
P
PROPERTY DAMAGE
P
MEDICALPAYMENTS
P
PERSONAL INJURY PROT
$
UNINSURED MOTORIST
P
P
AUTOPHYSICALDAMAGE DEDUCTIBLE
COLLISION:
OT HERTH ANCOL-
ALL VEHICLES SCHEDULED VEHICLES
ACTUAL CASH VALUE
I
STATED AMOUNT
OTHER
GARAGE LNBIUTY
ANYAUTO
AUTO ONLY. EA ACCIDENT
P
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
17
AGGREGATE
$
EXCESS LFABIUTY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
RETRO DATE FOR CLAIMS MADE:
EACH OCCURRENCE
$
AGGREGATE
P
SELF.INSURED RETENTION
P
WORKERS COMPENSATION
AND
EMPLOYER'S LIABILITY
WC STATUTORY LIMITS
CL. EACH ACCIDENT P
�E. L. DISEASE - EA EMPLOYEE F
E L. DISEASE - POLICY LIMIT
CUL ADDITIONAL INSURED: MCCLELLAND CONSULTING ENGINEERS, FEES
ONOTTIONSI
THEE GEs INC. -P.O. BOX 1229, FAYETTEVILLE, AR. 72702-1229. TAXES
ESTIMATEDTOTAL PREMIUM
E
P
_
P
C-2 PROJECTS, LLC.%N
4903 S. STANTON
SPRINGFIELD, MO 65810
MORTGAGEE
LOANS
AUTHORIZED REPRES
l l
IMPORTANT STATE INFORMATION ON
ADDITIONAL INSURED
°ACORD
CONDITIONS
This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the
terms, conditions and limitations of the policy(ies) in current use by the Company.
This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company
stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the
Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this
binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the
Rules and Rates in use by the Company.
Applicable in California
When this form is used to provide insurance
in the amount of
one million
dollars ($1,000,000)
or more, the title
of the form is changed from "Insurance Binder"
to "Cover Note".
Applicable in Delaware
The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real
property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if
the binder includes or is accompanied by: the name and address of the borrower: the name and address of the
lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled
within the term of the binder unless the lender and the insured borrower receive written notice of the cancel-
lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to
the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of
insurance coverage.
Chapter 21 Title 25 Paragraph 21 19
Applicable in Florida
Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the
duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless
the binder is replaced by a policy or another binder in the same company.
Applicable in Nevada
Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is
required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof
of insurance for actual damages sustained therefrom.
(1/98)
ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE IMMRIDIYYYYI
PRODUCER 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
RBR PHILLIPS JACKSON INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
0 BOX 4207 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
SPRINGFIELD, NO 65808-4207
INSURERS AFFORDING COVERAGE I NAIC#
SURED C-2 PROJECTS LLC INSURER A. UNITED FIRE & CAS CO 13021
4903 S STANTON AVE INSURERS: COMMERCE & INDUSTRY INSURANCE 19410
SPRINGFIELD, MO 65810-2448 INSURERC:
INSURER D'.
C2PROO INSURER E'.
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
WSR &DOt POLICY EFFECTIVE IPOLICYEXPIRATION I LIMITS
NSO TYPE OF WISURANCE POLICY NUMBER
GENERAL
LIABILITY
COMMERCIAL GENER^AL LIABBITV
CLAIMSMADE It j J OCCUR
60336535
09/01/2005
09/01/2006 :EACH OCCURRENCE
•"PR ISES [E RENY
I pREM15E5 LEe ocamrmol
MED EXPIAnY one Person)
I F 1000000
X
. F 100000
E 5000
$ 1000000
PERSONAL 6ADV INJURY
II 2000000
GENERAL AGGREGATE
GEN'L
F 2000000
AGGREGATE LIMIT APPLIES PER
PRODUCTS- COMPIOP AGG
POLICY PRO LOC----
AUTOMOBILELABILTY
ANYAUTO
60JJSS35
09/01/2005
09/01/2006
COMBINED SINGLE LIMB
IEscoeml
«
a
1000000
X
BODILY INJURY
IPet Person)
ALL OWNED AUTO$
SCHEDIM1ED AUTOS
X
BODILY INJURY
IPerecc'Mnll
HIRED AUTOS
NON.OWNED AUTOS
X
PROPERTY DAMAGE
(Pet ecc.Eenll
e
LIAB1unAUTO
ONLY EAACCIDENTYAUTO
•17M
OTHER THAN EAACC
e
I s
AUTOONLY: AGG
A
EXCESSNMBRETLA
LIABILITY 60336535U
09/01/2005
09/01/2006 EACH OCCURRENCE I e 2000000
OCCUR ❑ CIAIMSMADE
AGGREGATE _ _ s 2000000
X
IF
DEDUCTIBLE
I I e
RETENTION 110000
I.
X
B
WORKERSCOMPENSATIOHAND
WCISB6073
10/05/200510/05/2006
X WCSTATu OTH.I
I5....
EMPLOYERS LIABILITY
ANY PROPWETOWPARTNER/E XECUTIVE
E.L. EACH ACCIDENT I i 1000000
E.L. DISEASE . EA EMPLOYEE F 1000000
OFRCENMEMBER EXCLUDED?
If Yes. 6pcnbeurter
SPECIAL PROVISIONS below
E.L. DISEASE. POLICY LIMIT a 1000000
OTHER
•
_____________
ESCRIPTION OF OPERATiONS I LOCATIONS! VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
REP: FAYETTEVILLE NORTH COLLEGE WATER MAIN REPLACEMENT, FAYETTEVILLE, AR. GENERAL LIABILITY
INCLUDES BLANKET ADDITIONAL INSURED ENDORSEMENT WHEN REQUIRED BY WRITTEN CONTRACT.
CITY OF FAYETTEVILLE, ARKANSAS
113 W. MOUNTAIN
FAYETTEVILLE, AR 72701
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WWTTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
°ACORD
PERFORMANCE BOND Bond 586201 54
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable
1 CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
C-2 Projects, LLC. Western Surety Company
' 4903 S. Stanton 7400 College Blvd.
Springfield, MO. 65810 Overland Park, KS. 66210
(800)888-3269
OWNER (Name and Address):
'
City of Fayetteville. Arkansas
113 W. Mountain
Fayetteville, AR. 72701
' CONSTRUCTION CONTRACT
Date: September 20 2005
Amount: ($1,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/l00 •••
'• Description (Name and Location):
Fayetteville North College Water Main Replacement, Fayetteville, AR.
' BOND
Date (Not earlier than Construction Contract Date): October 12 2005
' Amount: ($1,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/100 •••
Modifications to this Bond Form:
Terrorism Disclosure Included.
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,
do each cause this Performance Bond to be duly executq on its behalf by its authorized officer, agent or
representative. / 41 g
' CONTRACTOR AS PRINCIPAL /12 Z� SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
' C-2 Projects, LLC. — Western Surety C pang
Signature:% L Signature: • ' Name and ltle: (Attach
and oweitre:oPraham Venable
Attorney)
Attorney-in-FAct
(Space is provided below for signatures of additional parties, if required.)
' CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: Signature:
Name and Title: Name and Title:
' EJCDC No. 191028.A (1996 Edition)
Onginaiy prepared through the joint efforts of the Surety Association cf America, Engineer; Joint Contract Documents f:craminee, the- Associated General
Contractors of America. and the American Institute of Architects. ,
SJ10OJGEEF7/oo ImJNuMIUH Page lot 2
Doc ID: 009235970007 Tvoe: LIE
Recorded: 10/18/2005 at 10:51:45 AM
Fee Amt: $8.00 Pace I of 7
washlnaton County. AR
Bette Stamos Circuit Clerk c I'�
FI1.B027-0000046''
034 ff�z
I
I
I
I
I
L
L
L
L
L:
L
C
I
Li
L
L
C
L
1. The Contractor and the Surety, jointly and severally, bind themselves,
their heks, executors, administrators, successors and assigns to the Owner
for the performance of the Construction Contract, which is incorporated
herein by reference.
2. If the Contractor performs the Construction Contract, the Surety and the
Contractor shall have no obligation under this Bond, except to participate
in conferences as provided in Subparagraph 3.1.
3. If there is no Owner Default, the Surety's obligation under this Bond shall
arise after
3.1. The Owner has notified the Contractor and the Surety at Its
address described in Paragraph 10 below, that the Owner is
considering declaring a Contractor Default and has requested and
attempted to arrange a conference with the Contractor and the Surety
to be held not later than fifteen days after receipt of such notice to
discuss methods of performing the Construction Contract. If the
Owner, the Contractor and the Surety agree, the Contractor shall be
allowed a reasonable time to perform the Construction Contract, but
such an agreement shall not waive the Owners right, if any.
subsequently to declare a Contractor Default: and
3.2. The Owner has declared a Contractor Default and formally
terminated the Contractors right to complete the contract. Such
Contractor Default shall not be declared earlier than twenty days after
the Contractor and the Surety have received notice as provided in
Subparagraph 3.1; and
3.3. The Owner has agreed to pay the Balance of the Contract Price to
the Surety in accordance with the terms of the Construction Contract or
to a contractor selected to perform the Construction Contract in
accordance with the terms of the contract with the Owner.
4. When the Owner has satisfied the conditions of Paragraph 3. the Surety
shall promptly and et the Suretys expense take one of the following
actions:
4.1. Arrange for the Contractor, with consent of the Owner, to perform
and complete the Construction Contract; or
4.2. Undertake to perform and complete the Construction Contract
'set, through its agents or through Independent contractors; or
4.3. Obtain bids or negotiated proposals from quaffed contractors
acceptable to the Owner for a contract for performance and completion
of the Construction Contract, arrange for a contract to be prepared for
execution by the Owner and the contractor selected with the Owners
concurrence, to be segued with performance and payment bonds
executed by a qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the amount of damages
as described in Paragraph 6 In excess of the Balance of the Contract
Price Incurred by the Owner resulting from the Contractor's default;
or
4.4. Waive its right to perform and complete, arrange far completion, or
obtain a new contractor and with reasonable promptness under the
vi cumstanCe5
1. After investigation, determine the amount for which it may
be liable to the Owner and, as soon as practicable after
the amount is determined, tender payment therefor to the
Owner; or
2. Deny liability in whole or in part and notify the Owner citing
reasons therefor.
5. If the Surety does not proceed as provided In Paragraph 4 with
reasonable promptness, the Surety shall be deemed to be In default on this
Bond fifteen days after receipt of an additional written notice from the Owner
to the Surety demanding that the Surety perform its obligations under this
Bond, and the Owner shall be entitled to enforce any remedy avadable to the
Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the
Owner refuses the payment tendered or the Surety has denied liability, In
whole or in part, without further notice the Owner shall be entitled to enforce
any remedy available to the Owner.
6. After the Owner has terminated the Contractors right to complete the
Construction Contract, and If the Surety elects to act under Subparagraph
4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner
shall not be greater than those of the Contractor under the Construction
Contract, and the responsibilities of the Owner to the Surety shall not be
greater than those of the Owner under the Construction Contract. To the
limit of the amount of this Bond, but subject to commitment by the Owner of
the Balance of the Contract Price to mitigation of costs and damages on
the Construction Contract, the Surety is obligated without duplication
for:
6.1. The responsibilities of the Contractor for correction of defective
work and completion of the Construction Contract;
6.2. Additional legal, design professional and delay costs resulting
from the Contractor. Default, and resulting from the actions or failure
to act of the Surety under Paragraph 4. and
6.3. Liquidated damages, or if no liquidated damages are specified In
the Construction Contract, actual damages caused by delayed
performance or ron'performance of the Contractor.
7. The Surety shall not be liable to the Owner or others for obligations of the
Contractor that are unrelated to the Construction Contract, and the Balance
of the Contract Price shall not be reduced or set oft on account of any such
unrelated obligations. No right of action shall accrue on this Bond to any
person or entity other than the Owner or its heirs, executors.
administrators, or Successors.
8. The Surety hereby waives notice of any lunge, including changes of
time, to the Construction Contract or to related subcontracts, purchase
orders and other obligations.
9. Any Proceeding, legal or equitable, under this Bond may be instituted in
any court of competent jurisdiction In the location in which the work or part of
the work is located and shall be Instituted within two years after Contractor
Default or within two years after the Contractor ceased working or within two
yen after the Surety refuses or falls to perform its obligations under this'
Bond, whichever occurs just. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of Imitation available to sureties as a
defense in the jurisdiction of the suit shall be applicable.
10. Notice to the Surety, the Owner or the Contractor shall be mailed or
delivered to the address shown an the signature page.
11. When this Bond has been furnished to comply with a statutory or other
legal requirement In the location where the construction was to be
performed, any provision In this Bond conflicting with said statutory or legal
requirement shall be deemed deleted herefrom and provisions conforming to
such statutory or other legal requirement shall be deemed incorporated
herein. The intent is that this Bond shall be construed as a statutory bond
and not as a common law bond.
12. Definitions
12.1. Balance of the Contract Prim- The total amount payable by the
Owner to the Contractor under the Construction Contract after as
proper adjustments have been made, Including allowance to the
Contractor of any amounts received or to be received by the Owner In
settlement of insurance or other claims for damages to which the
Contractor is entitled, reduced by an valid and proper payments made
to or on behalf of the Contractor under the Construction Contract.
12.2. Construction Contract: The agreement between the Owner and
the Contractor identified on the signature page, including all Contract
Documents and Changes thereto.
12.3. Contractor Default: Failure of the Contractor, which has neither
been remedied nor waived, to perform or otherwise to comply with
the terms of the Construction Contract.
12.4. Owner Default: Failure of the Owner, which has neither been
remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with the
other terms thereof.
(FOR INFORMATION ONLY - Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party):
McClelland Consulting Engineers, Inc.
P.O. Box 1229, Fayetteville, AR. 72702-1229
(479) 443-2377
' PAYMENT BOND Bond 586201 54
I
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business):
C-2 Projects, LLC, Western Surety Company
t 4903 S. Stanton 7400 College Blvd.
Springfield, MO. 65810 Overland Park KS. 66210
(800) 888-3269
' OWNER (Name and Address):
City of Fayetteville, Arkansas
113 W. Mountain
Fayetteville, AR. 72701
CONSTRUCTION CONTRACT
Date: September 20 2005
Amount: ($1,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/100 •••
' Description (Name and Location):
Fayetteville North College Water Main Replacement, Fayetteville, AR.
BOND
Date (Not earlier than Contract Date): October 12 2005
Amount: ($I,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/100 •••
Modifications to this Bond Form:
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side
' hereof, do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or
representative.
Terrorism Disclosure Included.
CONTRACTOR AS PRINCIPAL/�" SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
C-2 Projects, LLC. // Western Surety mpany
I
Signature:"�/%u�1-'Bs�/� Signature:
Name and Title: Name an Title: pGtraham Venable
(Attach Power of Attorney)
(Space is provided for signatures of additional parties, if required.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
' Signature: Signature:
Name and Title: Name and Title:
' EJCDC No. 1910-28-8 (19% Edition)
Originally prepared through the joint efforts of tfw Surety Association of America, Engineers Jeint Cn^Ccct Documents committee, the Associated General
Contractors of America, American Institute of Architects. the American Subconuaaors Assocaticn, and the Assocated Specialty Contractors.
e.u.w.rcc ..a Puv I nf7
L
I
C
H
H
I
I
I
I
I
Li
I
I
H
I
I
L 1
I
1. The Contractor and the Surety, jointly and severally, bind themselves,
their heirs, executor, admuustrator, successors and assigns to the Owner
to pay for labor, materials and equipment furnished for use In the
performance of the Construction Contract, which is incorporated herein by
reference.
2. With respect to the OWNER, this obligation shall be null and void if the
CONTRACTOR:
2.1. Promptly makes payment directly or Indirectly, for all sums due
Claimama, and
2.2. Defends, Indemnifies and holds harmless the OWNER from all
claims, demands, liens or suits by any person or entity who furnished
labor, materials or equipment for use In the performance of the
Contract provided the OWNER has promptly notified the
CONTRACTOR and the Surety (at the address described in Paragraph
12) of any claims, demands, liens or suits and tendered defense of
such claims, demands. bens or suits to the CONTRACTOR and the
Surety, and provided them is no OWNER Default.
3. With respect to Claimants, this obligation shall be null and void If the
CONTRACTOR promptly makes payment, directly or indirectly, for all sums
due.
4. The Surety shall have no obligation to Claimants under this Bond until:
4.1. Claimants who am employed by or have a direct contract with the
CONTRACTOR have given notice to the Surely (at the address
descried in paragraph 12) and sent a copy, or notice thereof, to the
OWNER stating that a claim is being made under this Bond and, with
substantial accuracy, the amount of the claim.
4.2. Claimants who do not have a direct contract with the
CONTRACTOR:
1. have furnished written noti to the CONTRACTOR and
sent a copy, or notice thereof, to the OWNER, within 90
days after having last performed labor or last furnished
materials or equipment included in the claim stating, with
substantial accuracy, the amount of the dam and the name
of the party to whom the materials were furnished or
supplied or for whom the labor was done or performed: and
2. Have either received a rejection In whole or in part from the
CONTRACTOR, or not received within 30 days of furnishing
the above notice any communication from the
CONTRACTOR by which the CONTRACTOR has indicated
the darn will be paid directly or fndlrecdy: and
3. Not having been paid within the above 30 days, have sent a
written notice to the Surety and sent a copy, or notice
thereof, to the Owner, stating that a dam is being made
under this Bond and enclosing a copy of the previous written
notice furnished to the CONTRACTOR.
5. If a notice required by paragraph 4 is given by the OWNER to the
CONTRACTOR or to the Surety, that Is sufficient compliance.
6. When the Claimant has satisfied the conditions of Paragraph 4, the
Surety shall promptly and at the Surety's expense take the fofowing actions:
6.1. Send an answer to the Clamant, with a copy to the OWNER,
within 45 days after receipt of the cam, stating the amounts that am
undisputed and the basis for challenging any amounts that am
disputed.
6.2. Pay or orange for payment of any undisputed amounts.
7. The Surety's total obligation shall not exceed the amount of this Bond,
and the amount of this Bond shall be credited for any payments made In
good faith by the Surety.
B. Amounts owed by the OWNER to the CONTRACTOR under the Contract
shall be used for the performance of the Contract and to satisfy claims, if
any, under any Performance Bond. By the CONTRACTOR furnishing and
the OWNER accepting this Bond, they agree that sO funds earned by the
CONTRACTOR In the performance of the Contract are dedicated to satisfy
obligations of the CONTRACTOR and the Surety under this Bond, subject to
the OWNER's priority to use the funds for the completion of the work.
9. The Surety shag not be liable to the OWNER, Claimants or other, for
obligations of the CONTRACTOR that are unrelated to the Contract. The
OWNER shall not be liable for payment of any costs or expenses of any
Claimant under this Bond, and shall have under this Bond no obligations to
make payments to, glue notices on behalf of, or otherwise have obligations
to Claimants under this Bond.
10. The Surety hereby waives notice of any change, including charges of
time, to the Contract or to related Subcontracts, purchase orders and other
obligations.
11. No suit or action shall be commenced by a Claimant under this Bond
other than In a court of competent Jurisdiction in the location in which the
work or part of the work is located or after the expiration of one year from the
date (1) on winch the Claimant gave the notice required by paragraph 4.1 or
paragraph 4.2 or (2) on which the lost labor or service was performed by
anyone or the last materials or equipment were furnished by anyone under
the Construction Contract, whichever of (1) or (2) first occur. If the
provisions of this Paragraph am void or prohibited by law, the minimum
period of limitation available to sureties as a defense in the jurisdiction of the
suit shall be applicable.
12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed
or delivered to the address shown on the signature page. Actual receipt of
notice by Surety, the OWNER or the CONTRACTOR, however
accomplished. shall be sufficient compliance as of the date received at the
address shown on the signature page.
13. When this Bond has been furnished to comply with a statutory or other
legal requirement in the location where the contract was to be performed.
any provision in this Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement than be deemed Incorporated herein.
The Intent is, that this Bond shall be construed as s statutory Bond and not
as a common law bond.
14. Upon request by any person or entity appearing to be a potential
beneficiary of this Bond, the CONTRACTOR shas promptly furnish a copy of
this Bond or shall permit a copy to be made.
15, DEFINITIONS
15.1. Claimant An individual or entity having a direct contract with the
CONTRACTOR or with a Subcontractor of the CONTRACTOR to
furnish labor, materials or equipment for use in the performance of the
Contract. The Intent of this Bond shall be to include without limitation
in the terms labor, materials or equipment" that part of water, gas.
power, light, heat, on, gasoline, telephone service or rental equipment
used in the Contact, architectural arid engineering services inquired
for performance of the Work of the CONTRACTOR and the
CONTRACTOR'S Subcontractors and all other Items for which a
mechanics ben may be asserted in the jurisdiction where the labor,
materials or equipment ware furnished.
15.2. Contract: The agreement between the OWNER and the
CONTRACTOR identified on the signature page, Including an Contract
Documents and changes thereto.
15.3. Owner Default Failure of the OWNER, which has neither been
remedied nor waived, to pay the CONTRACTOR as required by the
Contract or to perform and complete or cornpty with the other terns
thereof.
FOR INFORMATION ONLY - Name, Address and Telephone)
iGENCY or BROKER
McClelland Consulting Engineers, Inc.
P.O. Box 1229, Fayetteville, AR. 72702-1229
(479) 443-2377
I
I
I
I
H
I
iI
I
Li
I
I
I
MAINTENANCE BOND
BondNo. 586201 54
My s1ng do retranca to Contradw. Principal. Suety. O* w v other parry stray be ea uflcea pMal Wrists appazb .
KNOW ALL MEN BY THESE PRESENTS:
That C-2 Projecu, LLC.-4903 S. Stanton, Springfield, MO. 65810
as Principal, hereinafter called Contractor, and
Western Surety Company -7400 College Blvd.. Overland Park, KS. 66210 (800) 888-3269
as Surety, hereinafter called Surety, are firmly bound unto
City of Fayetteville, Arkansas -113 W. Mountain, Fayenevillc, AR. 72701
(Name and address of Owner)
hereinafter called Obligee. in the sum of One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and
no/100 ••• (Sl.377.141.00 •••)
DOLLARS,
lawful money of the United States of America, to be paid to the said Obligee or its successors or assigns to the payment of
which sum well and truly to be made, we do bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS. Contractor entered into a contract with the said Obligee dated September 20 2005
for Fayetteville North College Water Main Replacement, Fayenevillc, AR.
NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall remedy any defects due to faulty materials
or workmanship and pay for any damage to other work resulting therefrom which shall appear within a period of
TWO year(s) from the date of acceptance of the work provided for in the Contract, then this obligation shall be void;
otherwise it shall be and remain in full force and effect.
ATTEST: r�
' (SEAL)
ATTEST:
' (SEAL)
S-4ese/GEEF 5190
1
C-2 Projccu, LLC.
Name of Contractor/Principal
(Signal e) Pdndpal
Wcstem Surety Company
Name of Surety
ByA (SG
(Signature Surety
Graham Venable
Attorney -in -Fact
I
Western Surety Company
L1
H
H
I
I
I
I
H
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by .virtue of the signature and seal herein affixed hereby
[rake, constitute and appoint
Dennis Breckenridge, Edwin Crawford, Pamela Crawford, David Duncan, Graham Venable,
Individually
of Springfield, MO, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and an its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 9th day of March, 2004.
1 State of South Dakota
County of Minnchaha
I
I
I
I
I
C
•�r�eo WESTERN SURETY COMPANY
Paul . Bruflat, Senior Vice President
j ss
On this 9th day of March, 2004, before me personally came Paul T. Bruflat, to me known, who, being by Inc duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
My commission expires
D. KRELL
November 30, 2006 ' UBLIC
SOUTH AiCOTA
• SOUTH OAKOfA a •
D. Krell, No ry Public
CERTIFICATE
1, L Nelson, Assistant Secetary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and at%xd the scat of the sid corooruion this 13th dy of 0 C t obe r , 2005
Form F4280.01-02
WESTERN SURETY COMPANY
tj ass,.. •,•
L Nelson, Assistant Secretary
I...
NOTICE
' In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one or
more of the following companies (collectively the "Writing Companies") as surety or
' insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
' The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
' DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF
TERRORISM LOSSES
' The United States will pay ninety percent (90%) of covered terrorism losses exceeding
the applicable surety/insurer deductible.
1
I
I
I
I
Li
1
' Form F7310
I
NOTICE TO PROCEED
TO: DATE:
PROJECT: City of Fayetteville, North College Water Main Replacement
You are hereby notified to commence WORK in accordance with the Contract dated
on or before , and you are to complete the WORK within
l6iconsecutive calendar days thereafter. The date of completion of all WORK is therefore
20_.
Owner
lag
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged by
this the day of
By.
Title
FY032142 Fayetteville North College Water
20_
Notice to Proceed
I
I
I
I
I
C
C
C
I
I
I
I
I
I
H
PART III
CONDITIONS OF THE CONTRACT
I
lJ
DOCUMENT 00700
GENERAL CONDITIONS
TABLE OF CONTENT
ARTICLE NUMBER AND TITLE PAGE NUMBER
I
AS APPROVED.................................................................................................................................I
2. AS SHOWN, AND AS INDICATED................................................................................................1
3. BIDDER.............................................................................................................................................I
4. CONTRACT.......................................................................................................................................I
5. CONTRACT DOCUMENTS.............................................................................................................I
6. CONTRACTOR.................................................................................................................................1
7. DAYS.................................................................................................................................................2
8. DRAWINGS.......................................................................................................................................2
9. ENGINEER........................................................................................................................................2
l0. NOTICE.............................................................................................................................................2
11. OR EQUAL........................................................................................................................................2
12. OWNER.............................................................................................................................................2
13. PLANS (See Drawings)-....................................................................................................................2
14. SPECIFICATIONS............................................................................................................................2
15. NOTICE TO PROCEED....................................................................................................................3
16. SUBSTANTIAL COMPLETION......................................................................................................3
17. WORK................................................................................................................................................3
18. INTENT OF CONTRACT DOCUMENTS.......................................................................................3
19. DISCREPANCIES AND OMISSIONS.............................................................................................3
20. ALTERATIONS - CHANGES IN WORK........................................................................................4
2I. SUB -SURFACE CONDITIONS FOUND DIFFERENT...................................................................4
22. VERIFICATION OF CONTRACT DOCUMENTS..........................................................................4
23. DOCUMENTS TO BE KEPT ON THE JOB SITE...........................................................................4
24. ADDITIONAL CONTRACT DOCUMENTS...................................................................................5
1
11
I
25. OWNERSHIP OF DRAWINGS........................................................................................................5 '
26. AUTHORITY OF THE ENGINEER.................................................................................................5
27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER............................................................5
28. REJECTED MATERIAL...................................................................................................................6
29. UNNOTICED DEFECTS...................................................................................................................6
30. RIGHT TO RETAIN IMPERFECT WORK......................................................................................6
31. LINES AND GRADES......................................................................................................................6 '
32. SHOP DRAWING SUBMITTAL PROCEDURE.............................................................................7
33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS......................................................8
34. INDEPENDENT CONTRACTOR...................................................................................................8
35. SUBCONTRACTING........................................................................................................................8
36. INSURANCE AND LIABILITY........................................................................................... 9
37. INDEMNITY....................................................................................................................................11
38. TAXES AND CHARGES................................................................................................................ 12
39. ORDINANCES, PERMITS, AND LICENSES............................................................................... 12
40. SUPERINTENDENCE....................................................................................................................12
41. RECEPTION OF ENGINEER'S DIRECTIONS............................................................................. 12
42. SANITATION..................................................................................................................................12
43. EMPLOYEES...................................................................................................................................12
44. PROJECT MEETINGS....................................................................................................................13
45. SAFETY...........................................................................................................................................13
46. CONTRACTOR'S TOOLS AND EQUIPMENT.............................................................................13
47. PROTECTION OF WORK AND PROPERTY...............................................................................14
48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY..........................................14
49. MATERIALS AND APPLIANCES.................................................................................................14
50. BUY AMERICAN...........................................................................................................................14 1
51. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY,
OSHA, AND OTHER CODE REQUIREMENTS...........................................................................15
I
1
1
1
1
1
1
1
1
1
1
1
52.
SUBSTITUTION OF MATERIALS................................................................................................15
53.
TESTS, SAMPLES, AND INSPECTIONS.....................................................................................I5
54.
ROYALTIES AND PATENTS........................................................................................................15
55.
CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ............................15
56.
CORRECTION OF DEFECTIVE WORK.......................................................................................16
57.
BEGINNING OF THE WORK........................................................................................................16
58.
SCHEDULES AND PROGRESS REPORTS..................................................................................16
59.
PROSECUTION OF THE WORK...................................................................................................17
60.
ASSIGNMENT................................................................................................................................17
61.
OWNER'S RIGHT TO DO WORK.................................................................................................17
62.
OWNER'S RIGHT TO TRANSFER EMPLOYMENT...................................................................
I8
63.
OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK ......................................................
I8
64.
DELAYS AND EXTENSION OF TIME.........................................................................................19
65.
LIQUIDATED DAMAGES.............................................................................................................20
66.
OTHER CONTRACTS....................................................................................................................20
67.
USE OF PREMISES........................................................................................................................21
68.
SUBSTANTIAL COMPLETION DATE.........................................................................................21
69.
PERFORMANCE TESTING...........................................................................................................21
70.
OWNER'S USE OF PORTIONS OF THE WORK.........................................................................2I
71.
CUTTING AND PATCHING..........................................................................................................22
72.
CLEANING UP................................................................................................................................22
73.
PAYMENT FOR CHANGE ORDERS............................................................................................22
74.
PARTIAL PAYMENTS...................................................................................................................24
75.
CLAIMS...........................................................................................................................................25
76.
NOTICE OF CLAIM FOR DELAY................................................................................................26
77.
RELEASE OF LIENS OR CLAIMS................................................................................................26
1
78. FINAL PAYMENT..........................................................................................................................26 I
79. NO WAIVER OF RIGHTS.....................................................................
80. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE..
J
DOCUMENT 00700
GENERAL CONDITIONS
'
These General Conditions contain contractual -legal Articles which establish the requirements and conditions
governing responsibility, policy, and proceduresthat apply during the construction and warranty period. This
' part of the Contract Documents is preprinted. Any modifications to the following Articles that are special to
the Project under consideration will be made in the Supplementary Conditions. Requirements and conditions
which have special significance to the Contract for the contemplated Work on this Project are as set forth in
' the remaining Sections of these Contract Documents.
DEFINITIONS
Wherever in the Contract Documents the following terms are used, the intent and meaning shall be
interpreted as follows:
I. AS APPROVED
The words "as approved", unless otherwise qualified, shall be understood to be followed by the words
"by the Engineer".
• 2. AS SHOWN, AND AS INDICATED
' The words "as shown" and "as indicated" shall be understood to be followed by the words "on the
Drawings".
' 3. BIDDER
The person or persons, partnership, firm, or corporation submitting a Bid for the Work contemplated.
' 4. CONTRACT
The "Contract" is the written agreement covering the performance of the Work and the furnishing of
' labor, materials, incidental services, tools, and equipment in the construction of the Work. It includes
supplemental agreements amending or extending the Work contemplated and which may be required
to complete the Work in a substantial and acceptable manner. Supplemental agreements are written
agreements covering alterations, amendments, or extensions to the Contract and include Contract
Change Orders.
5. CONTRACT DOCUMENTS
' The "Contract Documents" consist of the Bidding Requirements, Contract forms, Conditions of the
Contract, the Specifications, and the Drawings, including all modifications thereof, incorporated into
' the Documents before their execution, and including all other requirements incorporated by specific
reference thereto. These form the Contract.
' 6. CONTRACTOR
The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by
the Owner.
1
I
IFY032142 Fayetteville North College Water DOCUMENT 00700 - I
I
DAYS
Unless otherwise specifically stated, the term "days" will be understood to mean calendar days.
8. DRAWINGS
The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and
other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer,
which show the location, character, dimensions, and details of the Work to be performed. Drawings
may either be bound in the same book as the Project Manual or bound separately and are a part of the
Contract Documents, regardless of the method of binding.
9. ENGINEER
The person or organization identified as such in the Contract. The term "Engineer" means the
Engineer or his authorized representative.
10. NOTICE
The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state
or federal statutes, shall signify a written communication delivered in person or by certified or
registered mail to the individual, or to a member of the firm, or to an officer of the corporation for
whom it is intended. Certified or registered mail shall be addressed to the last business address known
to him who gives the notice.
11. OR EQUAL
The term "or equal" shall be understood to indicate that the "equal" product is the same or better than
the product named in function, performance, reliability, quality, and general configuration.
Determination of equality in reference to the Project design requirements will be made by the
Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the
Engineer's written approval.
12. OWNER
The person, organization, or public body identified as such in the Contract.
13. PLANS (See Drawings).
14. SPECIFICATIONS
Those portions of the Contract Documents consisting of written technical descriptions of materials,
equipment, construction systems, standards, and workmanship as applied to the Work and certain
administrative details applicable thereto. Where standard specifications, such as those of ASTM,
AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall
become a part of these Contract Documents.
Where portions of the Work traverse or cross federal, state, county, or local highways, roads, streets, or
railroads, and the agency in control of such property has established standard specifications governing
items of Work that differ from these Specifications, the most stringent requirements shall apply.
The Contractor shall comply with all regulations and requirements of the State Highway Department
and the City and County Road Departments wherever the Work traverses or crosses state, city, or
county roads.
[l
C
I
H
I
I
I
[1
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water DOCUMENT 00700-2 ,
I
15. NOTICE TO PROCEED
A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on
which the Contract time will commence to run and on which the Contractor shall start to perform his
obligation under the Contract. The Notice to Proceed shall be given within 30 days following
execution of the Contract by the Owner.
16. SUBSTANTIAL COMPLETION
"Substantial completion" shall be that degree of completion of the Project, or a defined portion of the
Project, sufficient to provide the Owner, at his discretion, the full-time use of the Project or defined
portion of the Project for the purposes for which it was intended.
' Such substantial completion shall not relieve the Contractor from liquidated damages should the
Owner have added costs after the completion date, i.e., if additional construction observation, interest
paid, loss of revenue, or other expenses continue to be charged to the Owner.
' 17. WORK
' The word "Work" within these Contract Documents shall include all material, labor, and tools; all
appliances, machinery, transportation, and appurtenances necessary to perform and complete the
Contract; and such additional items not specifically indicated or described which can be reasonably
inferred as belonging to the item described or indicated and as required by good practice to provide a
' complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean
"provide complete in place", that is, "furnish and install".
CONTRACT DOCUMENTS
18. INTENT OF CONTRACT DOCUMENTS
' The Contract Documents are complementary, and what is called for by one shall be as binding as if
called for by all. The intent of the Documents is to include all Work (except specific items to be
furnished by the Owner) necessary for completion of the Contract. Materials or Work described in
' words which so applied have a well-known technical and trade meaning shall be held to refer to such
recognized standards.
' 19. DISCREPANCIES AND OMISSIONS
Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer
immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable
' time.
In resolving inconsistencies among two or more Sections of the Contract Documents, precedence shall
' be given in the following order:
1. CONTRACT
2. SUPPLEMENTARY CONDITIONS
'
3. SPECIFICATIONS
4. INSTRUCTIONS TO BIDDERS
5. GENERAL CONDITIONS
6. DRAWINGS
I
' FY032142 Fayetteville North College Water DOCUMENT 00700-3
I
20.
21
22.
23
Figure dimensions on Drawings shall take precedence over scale dimensions. Detailed Drawings shall
take precedence over general Drawings. It is understood and agreed that the Work shall be performed
and completed according to the true spirit, meaning, and intent of these Documents.
ALTERATIONS - CHANGES IN WORK
The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in
the Work within the general scope of the Contract by altering, adding to, or deducting from the Work,
the Contract being adjusted accordingly. All such Work shall be executed under the conditions of the
original Contract, except as specifically adjusted at the time of ordering such change.
In giving instructions, the Engineer may order minor changes in the Work not involving extra cost and
not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering
life or property, additions or deductions from the Work shall be performed only in pursuance of an
approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order
from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no
claim for additional payment shall be valid unless so ordered.
If the Work is reduced by alterations, such action shall not constitute a claim for damages based on
loss of anticipated profits.
SUB -SURFACE CONDITIONS FOUND DIFFERENT
Should the Contractor encounter sub -surface and/or latent conditions at the site materially differing
from those shown on the Drawings or indicated in the Specifications, the Contractor shall immediately
give notice to the Engineer of such conditions before they are disturbed. The Engineer will thereupon
promptly investigate the conditions, and if the Engineer finds that they materially differ from those
shown on the Drawings or indicated in the Specifications, the Engineer will at once make such changes
in the Drawings and/or the Specifications as he may find necessary. Any increase or decrease of cost
resulting from such changes to be adjusted in the manner provided in the Paragraph titled "Changes in
Work."
VERIFICATION OF CONTRACT DOCUMENTS
The Contractor shall thoroughly examine and become familiar with all of the various parts of these
Contract Documents and determine the nature and location of the Work, the general and local
conditions and all other matters which can in any way affect the Work under this Contract. Failure to
make an examination necessary for this determination shall not release the Contractor from the
obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with
any officer, agent, or employee of the Owner or with the Engineer either before or after the execution
of this Contract, has affected or modified any of the terms or obligations herein contained.
DOCUMENTS TO BE KEPT ON THE JOB SITE
The Contractor shall keep one copy of the Contract Documents on the job site, in good order, available
to the Engineer and to his representatives.
The Contractor shall maintain on a daily basis at the job site, and make available to the Engineer on
request, one current record set of the Drawings which have been accurately marked up to indicate all
modifications in the completed Work that differ from the design information shown on the Drawings.
Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of
marked up record Drawings.
I
H
I
Li
I
I
I
J
I
I
I
n
I
I
I
I
FY032142 Fayetteville North College Water DOCUMENT 00700-4 ,
I
Failure of the Contractor to submit accurate Record Drawings to the Engineer will be adequate
justification for postponement of the Final Inspection and Final Payment.
24. ADDITIONAL CONTRACT DOCUMENTS
The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project
' Manual and three sets of full-size Drawings. Additional copies of the Project Manual and the
Drawings may be obtained on request by paying the price as shown in the Invitation to Bid for the
Contract Documents.
' 25. OWNERSHIP OF DRAWINGS
All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are
'
their property. They are not to be used on other work and, with the exception of the signed Contract
set, are to be returned to them on request at the completion of the Work. Any reuseof these materials
without specific written verification or adaptation by the Engineer and the Owner will be at the risk of
' the user and without liability or legal expense to the Engineer and the Owner.
Such user shall hold the Engineer and the Owner harmless from any and all damages, including
' reasonable attorneys' fees, from any and all claims arising from any such reuse. Any such verification
and adaptation by the Engineer and the Owner will entitle the Engineer to further compensation at
rates to be agreed upon by the user, the Engineer and the Owner. All models are the property of the
Owner.
' THE ENGINEER
' 26. AUTHORITY OF THE ENGINEER
The Engineer shall be the Owner's representative during the construction period. His authority and
responsibility shall be limited to the provisions set forth in these Contract Documents. The Engineer
shall have the authority to reject Work and material which does not conform to the Contract
Documents. However, neither the Engineer's authority to act under this provision, nor any decision
made by him in good faith either to exercise or not to exercise such authority, shall give rise to any
' duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties,
any of their agents or employees, or any other person performing any of the Work.
27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER
The Engineer will make periodic visits to the site of the Project to observe the progress and quality of
the Work and to determine, in general, if the Work is proceeding in accordance with the intent of the
' Contract Documents. He shall not be required to make comprehensive or continuous inspections to
check quality or quantity of the Work, and he shall not be responsible for construction means,
methods, techniques, sequences, or procedures, or for safety precautions and programs in connection
' with the Work.
Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to
conduct comprehensive inspections of the Work and to furnish materials and perform acceptable
'Work, and to provide adequate safety precautions, in conformance with the intent of the Contract.
The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising
from interpretation or execution of the Contract Documents. Such decision shall be necessary before
the Contractor can receive additional money under the terms of the Contract. Changes in Work
ordered by the Engineer will be made in compliance with the Article titled, ALTERATIONS -
CHANGES IN WORK.
FY032142 Fayetteville North College Water
DOCUMENT 00700-5
H
One or more construction observers may be assigned to observe the Work for compliance with the
Contract Documents and to act in matters of construction under this Contract. It is understood that
such construction observers shall have the power to issue instructions and make decisions within the
limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance
required by the Engineer or construction observer for proper review of the Work. Construction
observers shall not have the power or authority to delete, increase, modify or otherwise change the
requirements of the Contract Documents.
The above -mentioned observation shall not relieve the Contractor of his obligations to conduct
comprehensive inspections of the Work and to furnish materials and perform acceptable Work and to
provide adequate safety precautions, in conformance with the intent of the Contract.
28. REJECTED MATERIAL
Any material condemned or rejected by the Engineer or his authorized construction observer because
of nonconformity with the Contract Documents shall be removed at once from the vicinity of the Work '
by the Contractor at his own expense, and the same shall not be used on the Work.
29. UNNOTICED DEFECTS
30.
31
Any defective Work or material that may be discovered by the Engineer during construction or before
the final acceptance of Work, or before final payment has been made, or during the guarantee period,
shall be removed and replaced by Work and materials which shall conform to the provisions of the
Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or
materials shall not be construed to imply acceptance of such Work or materials. The Owner shall
reserve and retain all of its rights and remedies at law against the Contractor and its surety for
correction of any and all latent defects discovered after the guarantee period.
RIGHT TO RETAIN IMPERFECT WORK
If any part or portion of the Work done or material furnished under this Contract shall prove defective
and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall
not be of sufficient magnitude or importance as to make the Work dangerous or unsuitable, or if the
removal of such Work will create conditions which are dangerous or undesirable, the Owner shall have
the right and authority to retain such Work but shall make such deductions in the final payment
therefore as may be just and reasonable. The Owner shall also have the option to require, at no added
cost to the Owner, extended warranties, maintenance bonds, or other remedies to provide for repair or
reconstruction of imperfect Work.
LINES AND GRADES
The Contractor shall stake -out Work for this Contract andset the lines and grades necessary to
complete the Work and shall keep the Engineer informed a reasonable time in advance ofthe times and
places at which he wishes to do Work in order that the Engineer may review the lines and grades set by
the Contractor and in order that the Engineer may make the necessary measurements for payment to
the Contractor. All stakes, marks, and other information shall be carefully preserved by the
Contractor, and in case of their careless or unnecessary destruction or removal by him or his
employees, such stakes, marks, and other information will be replaced at the Contractor's expense.
Figured dimensions, when given in the Drawings, shall be accurately followed, even though they may
differ from scaled measurements. No Workshown on the Drawings, the dimensions of which are not
figured, shall be executed until instructions have been obtained from the Engineers as to the dimen-
sions to be used. Large-scale and full-size drawings shall be followed in preference to small-scale
drawings. The Engineer will provide the Contractor with bench marks to be used to establish grades
I
I
I
I
I
I
I
I
J
I
FY032142 Fayetteville North College Water
DOCUMENT 00700-6 ,
I
I
I
I
I
11
I
I
I
I
L
I
I
I
I
Unless otherwise approved by the Engineer, shop drawings shall be submitted only by the Contractor,
' who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the
Contractor) has checked the shop drawings, and that the Work shown is in accordance with Contract
requirements and has been checked for dimensions and relationship with Work of all other trades
involved.
1 The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish
will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that
and will also provide a baseline to be used to establish the proper lines. All Work done under this
Contract shall be done to the lines and grades shown on the Drawings. The Contractor shall stake -out
Work for this Contract and set the lines and grades necessary to complete the Work and shall keep the
Engineer informed a reasonable time in advance of the times and places at which he wishes to do
Work in order that the Engineer may review the lines and grades set by the Contractor and in order that
the Engineer may make the necessary measurements for payment to the Contractor.
The Contractor shall furnish without charge competent persons from his force and such tools, stakes,
surveying instruments, and other materials as the Engineer may require for reviewing the Contractor's
stake -out of the Work and in making measurements for payment estimates or for surveys to establish
temporary or permanent reference marks in connection with said Work.
Any Work done without lines, grades, and levels being reviewed by the Engineer, or other
representative of the Engineer, may be ordered removed and replaced at the Contractor's cost and
expense. The Contractor shall carefully preserve all monuments, bench marks, reference points, and
stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting
expense of replacement and shall be responsible for any mistakes or loss of time that may be caused by
their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer
are destroyed through carelessness on the part of the Contractor, and that the destruction of these
stakes and marks causes a delay in the Work, the Contractor shall have no claim for damages or
extensions of time.
In the case of any permanent monuments or bench marks which must of necessity be removed or
disturbed in the construction of the Work, the Contractor shall carefully protect and preserve the same
until they can be properly referenced and relocated. The Contractor shall also furnish at his own
expense such materials and assistance as are necessary for the proper replacement of monuments or
bench marks that have been moved or destroyed.
32. SHOP DRAWING SUBMITTAL PROCEDURE
The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (2
for himself; 2 for the Owner) for review, such shop drawings, electrical diagrams, and catalog cuts for
fabricated items and manufactured items (including mechanical and electrical equipment) required for
construction, except as noted below.
Should the Contractor fail to submit acceptable shop drawings on the second submittal, one copy will
be returned to him and the cost of the Engineer's time to review subsequent submittals on the
unacceptable item will be deducted from the Contractor's monthly payment invoice. Shop drawings
shall be submitted in sufficient time to allow the Engineer not less than 20 regular working days per
submittal for examining the shop drawings.
These shop drawings shall be accurate, distinct, and complete and shall contain all required
information, including satisfactory identification of items, units, and assemblies in relation to the
Contract Drawings and Specifications.
' FY032142 Fayetteville North College Water
DOCUMENT 00700-7
I
they have not been checked by the Contractor will be considered as not complying with the intent of
the Contract Documents and will be returned to the Contractor for resubmission in the proper form.
When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be
returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the
shop drawing may be rejected and one (1) set will be returned to the Contractor with such changes or
corrections indicated, and the Contractor shall correct and resubmit the shop drawings in
quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor
to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes
are clearly described in a letter accompanying the resubmitted shop drawings.
The review of such shop drawings and catalog cuts by the Engineer shall not relieve the Contractor
from responsibility for correctness of dimensions, fabrication details, and space requirements or for
deviations from the Contract Drawings or Specifications unless the Contractor has called attention to
such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the
change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the
Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such
deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such
deviations involve any deduction or extra cost adjustment.
33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS
I
C
I
I
I
I
I
The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings
or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the WorkAll
such drawings and instructions will be consistent with the Contract Documents, true developments
thereof, and reasonably inferable therefrom.
THE CONTRACTOR AND HIS EMPLOYEES
34. INDEPENDENT CONTRACTOR
The Contractor shall perform all Work under this Contract as an Independent Contractor and shall not
be considered as an agent of the Owner or of the Engineer, nor shall the Contractor's subcontractors or
employees be subagents of the Owner or of the Engineer.
The Contractor shall employee only employees who are competent and skillful in their respective line
of work, and local labor shall be given preference. Whenever the Engineer or the Owner notify the
Contractor that any person on this work is, in their opinion, incompetent, disorderly, or refuses to
carry out the provisions of this Contract, or uses threatening or abusive language to any person
representing the Owner on the work or is otherwise unsatisfactory, such person shall be immediately
discharged from the Project and shall not be re-employed thereon except with the consent of the
Engineer by the Owner.
35. SUBCONTRACTING
Within 30 days after the execution of the Contract, the Contractor shall submit to the Engineer the
names of all subcontractors proposed for the Work, including the names of any subcontractors that
were submitted with the Bid. The Contractor shall not employ any subcontractors that the Engineer
may object to as lacking capability to properly perform Work of the type and scope anticipated. No
changes will be allowed from the approved subcontractor list without written approval of the Engineer.
I
I
I
U
I
I
I
I
I
FY032142 Fayetteville North College Water DOCUMENT 00700-8 ,
Li
' The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his
subcontractors and of persons either directly or indirectly employed by them as he is for the acts and
' omissions of persons directly employed by him.
Nothing contained in the Contract Documents shall create any contractual relation between any
subcontractor and the Owner.
36. INSURANCE AND LIABILITY
IA. GENERAL
The Contractor shall provide (from insurance companies acceptable to the Owner) the insurance
' coverage designated hereinafter and pay all costs.
Before execution of the Contract, Contractor shall furnish the Owner with complete copies of
all certificates of insurance specified herein showing the type, amount, class of operations
' covered, effective dates, and date of expiration of policies. Each certificate shall contain a
provision or endorsement that the coverage afforded will not be canceled, materially changed,
or renewal refused until at least thirty days prior written notice has been given to the Owner.
' In case of the breach of any provision of this Article, the Owner, at his option, may take out and
maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and
may deduct the cost of such insurance from any monies which may be due or become due the
Contractor under this Contract.
All insurance contracts and certificates shall be executed by a licensed agent of the insurance
' company, and in all ways complying with the insurance laws of the State of Arkansas. Further,
the said insurance company shall be duly licensed and qualified to do business in the State of
Arkansas.
B. CONTRACTOR AND SUBCONTRACTOR INSURANCE
The Contractor shall notexecute the Contract or commence Work under this Contract until he
' has obtained all the insurance required hereunder and such insurance has been reviewed and
approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work
on his subcontract until insurance specified below has been obtained. Review of the insurance
' by the Owner shall not relieve or decrease the liability of the Contractor hereunder.
C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE
I
The Contractor shall maintain during the life of this Contract the statutory Workmen's
Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000
for each occurrence, for all of his employees to be engaged in Work on the Project under this
' Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor
similarly to provide Workmen's Compensation and Employer's Liability Insurance for all of the
latter's employees to be engaged in such Work. Where Work under this Contract includes any
' water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's
and Harborworker's Act and the Federal Jones Act when applicable. Employer's Liability
Insurance shall be extended to include waiver of subrogation to the Owner.
' D. GENERAL LIABILITY INSURANCE
The Contractor shall maintain during the life of this Contract such independent contractor's
general liability, completed operations and products liability, and automobile liability insurance
' FY032142 Fayetteville North College Water DOCUMENT 00700-9
I
as will providecoverage for claims for damages for personal injury, including accidental death, ' 1
as well as for claims for property damage, which may arise directly or indirectly from
performance of the Work under this Contract. The general liability policy should also
specifically ensure the contractual liability assumed by the Contractor under Article 37,
INDEMNITY.
Coverage for property damage shall be on a "broad form" basis with no exclusions for "X, C,
and U." The certificate of insurance shall explicitly waiveX, C, and U exclusions. Amount of
insurance to be provided shall be as shown below:
1) Contractor's Comprehensive General Liability Insurance
General Aggregate: Not less than $2,000,000
Completed Operations Aggregate: Not less than $2,000,000
Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000
Combined Single Limit
2) Contractor's Comprehensive Automobile Liability Insurance ,
Shall include Personal Injury and Property Damage coverage fot"Any Auto", "Hired
Autos", and "Non -Owned Auto" at a Combined Single Limit of not less than $1,000,000.
3) Contractor's Excess Umbrella Policy: $2,000,000 limit of liability policy shall be
provided.
In the event any Work under this Contract is performed by a subcontractor, the Contractor shall '
be responsible for any liability directly or indirectly arising out of the Work performed under
this Contract by a subcontractor, which liability is not covered by the subcontractor's insurance.
The Contractor's and any subcontractor's general liability and automobile liability insurance
policies shall include the Owner and Engineer, their officers, agents, and employees as
additional insureds for any claims arising out of Work performed under this Contract.
Certificates of insurance shall explicitly name the Owner and Engineer as additional insureds.
Inclusion of either party as "certificate holder" does not meet this requirement.
E. BUILDER'S RISK INSURANCE
Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and
maintain during the life of this Contract, builder's risk insurance upon the Work at the site in the
amount of the full replacement cost thereof. This insurance shall:
1) Include the interests of the Contractor, subcontractors, and the Owner as such interests
may appear;
2) Be written on a Builder's Risk or open peril or special causes of loss policy form that
shall at least include insurance for physical loss or damage to the Work, temporary ,
facilities, falsework, and Work in transit. The policy shall insure against at least the
following perils: fire, lightning, theft, vandalism and malicious mischief, earthquake,
collapse, debris removal occasioned by enforcement of Laws and Regulations, water
damage, and other such perils as may be specifically required by the Supplementary
Conditions or Basic Requirements;
3) Include expenses incurred in the repair, replacement, redesign, or reinspection of any ,
insured property; and
I
FY032142 Fayetteville North College Water DOCUMENT 00700 - 10 ,
4) Cover materials and equipment stored at the site, or at another location that was agreed
to in writing by the Owner, prior to being incorporated in the Work.
IF. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE (OCP
INSURANCE)
' The Contractor shall, at his expense, provide the Owner with a separate OCP Insurance Policy
naming the Owner as the Insured and the Engineer as Additional Insured under that policy, said
policy to protect said parties from claims which may arise from operations under the Contract.
' It is understood that the coverage shall apply to all authorized representatives of the said
parties. The limits of policy coverage shall be:
II) General Aggregate: Not less than $2,000,000
2) Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000
Combined Single Limit
G. INSURANCE COVERAGE FOR SPECIAL CONDITIONS
' When the construction is to be accomplished within a public or private right-of-way requiring
special insurance coverage, the Contractor shall conform to the particular requirements and
provide the required insurance. The Contractor shall include in his liability policy all
endorsements that the said authority may require for the protection of the authority, its officers,
' agents, and employees. Insurance coverage for special conditions, when required, shall be
provided as set forth in the Supplementary Conditions.
' H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS
In carrying out any of the provisions hereof in exercising any authority granted by the Contract,
there will be no personal liability upon any public official.37. INDEMNITY
' The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents and
employees from and against damages, losses, and expenses including attorneys' fees, up to the amount
of the Contract price, arising out of or resulting from the performance of the Work, provided that any
' such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or
to injury or to destruction of tangible property (other than the Work itself), including the loss of use
resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, provided that such claims, damages, losses, and expenses are not approximately
caused by the negligence of any indemnity in the design, or by the sole negligence of any indemnity in
the inspection of the Work that is the subject of this construction Contract.
In any and all claims against the Owner, the Engineer, or any of their agents or employees by any
employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them
' or anyone for whose acts any of them may be liable, the indemnification obligation under this Article
shall not be limited in any way by any limitation on the amount or type of damages, compensation, or
benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts,
Disability Benefit Acts, or other Employee Benefit Acts.
I
FY032142 Fayetteville North College Water DOCUMENT 00700- I 1
I
38. TAXES AND CHARGES I
The Contractor shall withhold and pay any and all sales and use taxes, including any and all charge of
taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges
and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case
may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be
required to be paid or withheld under any laws.
39. ORDINANCES, PERMITS, AND LICENSES
The Contractor shall keep himself fully informed of all local ordinances, as well as state and federal
laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply
with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and
their respective employees, and its officers and agents against any claim or liability arising from or
based on the violation of any such laws, ordinances, or regulations up to the amount of the Contract
Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work
shall be secured and paid for by the Contractor, unless otherwise specified.
The Contractor shall observe and comply with all applicable local, state, and federal occupational
safety and health regulations during the prosecution of Work under this Contract. In addition, full
compliance by the Contractor with the U. S. Department of Labor's Occupational Safety and Health
Standards, as established in Public Law 91-596, will be required under the terms of this Contract.
40. SUPERINTENDENCE
The Contractor shall keep on the Work, during its progress, competent supervisory personnel. The
Contractor shall designate, in writing, before starting Work, one authorized representative who shall
have complete authority to represent and to act for the Contractor. The Contractor shall give efficient
supervision to the Work, using his best skill and attention. The Contractor shall be solely responsible
for all construction means, methods, techniques, and procedures, and for providing adequate safety
precautions and coordinating all portions of the Work under the Contract. It is specifically understood
and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall
not be responsible for the construction means, methods, techniques, procedures, or for providing
adequate safety precautions in connection with the Work under the Contract.
41. RECEPTION OF ENGINEER'S DIRECTIONS
The superintendent, or other duly authorized representative of the Contractor, shall represent the
Contractor in all directions given to him by the Engineer. Such directions of major importance will be
confirmed in writing. Any direction will be so confirmed, in each case, on written request from the
Contractor.
42. SANITATION
Sanitary conveniences conforming to state and local codes shall be erected and maintained by the
Contractor at all times while workers are employed on the Work. Thesanitary convenience facilities
shall be as approved by the Engineer.
43. EMPLOYEES
The Contractor shall employ only men or women who are competent and skillful in their respective
line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the
Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry out the provisions
of this Contract or uses threatening or abusive language to any person representing the Owner on the
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water
DOCUMENT 00700 - 12 ,
I
Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project
and shall not be re-employed thereon except with the consent of the Engineer by the Owner.
44. PROJECT MEETINGS
The Engineer may conduct Project meetings, as he deems necessary, for the purposes of discussing
'
and resolving matters concerning the various elements of the Work. Time and place for these meetings
and the names of persons required to be present shall be as directed by the Engineer. Contractor shall
comply with these attendance requirements and shall also require his subcontractors to comply.
' 45. SAFETY
' The Contractor shall be solely and completely responsible for conditions of the job site, including
safety of all persons (including employees) and property during performance of the Work. This
requirement shall apply continuously and not be limited to normal working hours. Safety provisions
shall conform to U. S. Department of Labor (OSHA); the State Labor Department Laws; all other
' applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth
below; and any regulations that may be detailed in other parts of these Documents. Where any ofthese
are in conflict, the more stringent requirement shall be followed. The Contractor's failure to
' thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from
compliance with the obligations and penalties set forth herein.
The Contractor shall develop and maintain for the duration of this Contract, a safety program that will
'
effectively incorporate and implement all required safety provisions. The Contractor shall appoint an
employee who is qualified and authorized to supervise and enforce compliance with the safety
program.
The duty of the Engineer to conduct construction review of the Contractor's performance is not
intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the
' safety program, or any safety measures taken in, on, or near the construction site.
The Contractor, as a part of his safety program, shall maintain at his office or other well-known place
at the job site, safety equipment applicable to the Work as prescribed by the aforementioned
' authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure
for the immediate removal to a hospital or a doctors care of persons (including employees) who may
be injured on the job site.
' If death or serious injuries or serious damages are caused, the accident shall be reported immediately
by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must
promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection
with, the performance of the Work whether on, or adjacent to, the site, giving full details and
statements of witnesses.
' If a claim is made by anyone against the Contractor or any subcontractor on account of any accident,
the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the
claim.
' 46. CONTRACTOR'S TOOLS AND EQUIPMENT
The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity and of
a capacity and type that will safely perform the Work specified, and shall be maintained and used in a
manner that will not create a hazard to persons or property, or cause a delay in the progress of the
Work.
1
FY032142 Fayetteville North College Water
DOCUMENT 00700 - 13
I
47.
49.
PROTECTION OF WORK AND PROPERTY
The Contractor shall at all times safely guard the Owner's property from injury or loss in connection
with this Contract. The Contractor shall at all times safely guard and protect from damage his own
Work, and that of adjacent property (as provided by law and the Contract Documents). All
passageways, guard fences, lights, and other facilities required for protection by federal, state, or
municipal laws and regulations and local conditions, must be provided and maintained.
The Contractor shall protect his Work and materials from damage due to the nature of the Work, the
elements, carelessness of other Contractors, or from any cause whatever until the completion and
acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under
these Contract Documents, or from any unforeseen obstruction or defects which may be encountered
in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor.
In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and
structures prior to their final acceptance and filling for beneficial use. The Contract price shall include
all costs associated with such special precautions.
Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight that
will endanger its safety or its structural integrity.
RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY
In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor
shall act, without previous instructions from the Owner or Engineer, as the situation may warrant.
The Contractor shall notify the Engineer thereof immediately thereafter. Any claim for compensation
by the Contractor, together with substantiating documents in regard to expense, shall be submitted to
the Owner through the Engineer and the amount of compensation shall be determined by agreement.
MATERIALS AND APPLIANCES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools,
equipment, light, power, transportation, and other facilities necessary for the execution and completion
of the Work.
Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of
good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality
of materials.
I
Li
I
I
I
I
I
I
I
I
I
In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume '
no responsibility for injury or claims resulting from failure of the equipment to comply with
applicable national, state, and local safety codes or requirements, or the safety requirements of a
recognized agency, or failure due to faulty design concepts, or defective workmanship and materials.
50. BUY AMERICAN ,
Unless otherwise stipulated, only steel and manufactured products produced in the United States will
be used by the Contractor, subcontractors, materialmen, and suppliers in performance of the Work.
'rj
I
FY032142 Fayetteville North College Water
DOCUMENT 00700 - 14 '
I
' 51. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA,
AND OTHER CODE REQUIREMENTS
The completed Work shall include all necessary permanent safety devices, such as machinery guards
and similar ordinary safety items required by the state and federal (OSHA) industrial authorities and
applicable local and national codes. Further, any features of the Work (including Owner -selected
equipment) subject to such safety regulations shall be fabricated, furnished, and installed in
compliance with these requirements. Contractors and manufacturers of equipment shall be held
responsible for compliance with the requirements included herein. Contractors shall notify all
equipment suppliers and subcontractors of the provisions of this Article.
52. SUBSTITUTION OF MATERIALS
' Except for Owner -selected equipment items and items where no substitution is clearly specified,
whenever any material, article, device, product, fixture, form, type of construction, or process is
indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number,
' such specifications shallbe deemed to be used for the purpose of establishing a standard of quality and
facilitating the description of the material or process desired. This procedure is not to be construed as
eliminating from competition other products of equal or better quality by other manufacturers where
fully suitable in design, and shall be deemed to be followed by the words "or equal". The Bidder may,
in such cases, submit complete data to the Engineer 10 days prior to bid date for consideration of
another material, type, or process which shall be substantially equal in every respect to that so
indicated or specified. Substitute materials shall not be used unless approved in writing. The Owner
'or his authorized agent will be the sole judge of the substituted article or material.
53. TESTS, SAMPLES, AND INSPECTIONS
' The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including
facilities and labor for obtaining the same, as requested by the Engineer. When required, the
' Contractor shall furnish certificates of tests of materials and equipment made at the point of
manufacture by a recognized testing laboratory.
The Owner, Engineer, authorized government agents, and their representatives shall at all times be
' provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall
provide facilities for such access and for inspection, including maintenance of temporary and
permanent access.
' If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any
Work to be specially tested or approved, the Contractor shall give timely notice of its readiness for
inspection. Inspections to be conducted by the Engineer will be promptly made, and where
practicable, at the source of supply. If any Work should be covered up without approval or consent of
the Engineer. it shall be uncovered for examination at the Contractor's exnense
' 54. ROYALTIES AND PATENTS
The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall
' defend all suits or claims for infringement of any patent rights and shall save the Owner and the
Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof, up to
the amount of the Contract Price.
' 55. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the Work should be stopped under an order of any court or other public authority for a period of
more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective
' FY032142 Fayetteville North College Water DOCUMENT 00700 - 15
I
employees or agents, then the Contractor may, upon 15 days' written notice to the Owner and the
Engineer, if said default has not been cured, stop Work or terminate this Contract and recover from the
Owner payment for the reasonable value of Work performed.
56. CORRECTION OF DEFECTIVE WORK
The Contractor hereby agrees to make, at his own expense, all repairs or replacements necessitated by
defects in materials or workmanship supplied under terms of this Contract, and pay for any damage to
other works resulting from such defects, which are found during construction or become evident within
1 year after the date of final acceptance of the Work or within 1 year after the date of substantial
completion established by the Engineer for specified items of equipment, or within such longer period
of time as may be prescribed by law or by the terms of any applicable special guarantee required by the
Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all
Work and materials provided by subcontractors or manufacturers of packaged equipment components.
The effective date for the start of the guarantee or warranty period for equipment qualifying as
substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 68,
SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to
hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said
defects. The Contractor shall make allrepairs and replacements promptly upon receipt of written
order for same from the Owner.
H
I
I
I
If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work,
and the Contractor and his Surety shall be liable for the cost thereof. Any additional requirements for
the Project relative to correction of defective Work after final acceptance are set forth in the
Supplementary Conditions.
PROGRESS OF THE WORK
57. BEGINNING OF THE WORK
Before Work shall be started and materials ordered, the Contractor shall meet and consult with the
Owner and/or Engineer relative to materials, equipment, and all arrangements for prosecuting the
Work.
58. SCHEDULES AND PROGRESS REPORTS
The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules,
payrolls, reports, records, and other data as the Owner may request concerning Work performed or to
be performed under this Contract.
Construction Schedule Requirements: The Contractor shall comply with the following requirements
concerning construction scheduling and payments:
The Contractor shall submit a construction schedule of the bar graph type (or other approved type)
prior to the preconstruction conference showing the following information as a minimum:
a. Date of Notice to Proceed with Contract Work.
b. Actual date construction is scheduled to start if different from the date of Notice to Proceed.
c. Contract completion date.
d. Beginning and completion dates for each phase of Work.
C
I
I
I
L
I
FY032142 Fayetteville North College Water DOCUMENT 00700 - 16 ,
I
62. OWNER'S RIGHT TO TRANSFER EMPLOYMENT
If the Contractor should abandon the Work or should be adjudged bankrupt, or if he should make a
general assignment for the benefit of his creditors, or if a receiver should be appointed on account of
his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which
extension of time is provided, to supply enough properly skilled workers or proper materials, or if he
should fail to make prompt payment to subcontractors for material or labor, or persistently disregard
laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a substantial violation of
any provision of the Contract or any laws or ordinance, the Owner may, without prejudice to any other
right or remedy, and after giving the Contractor and Surety 7 days' written notice, transfer the
employment for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety
shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the
purpose of completing the Work included under this Contract and employ, by Contract or otherwise,
any qualified person or persons to finish the Work and provide the materials therefore, in accordance
with the Contract Documents, without termination of the continuing full force and effect of this
Contract.
In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on
estimates according to the terms hereof without any right of the Contractor to make an3claim for the
same or any part thereof.
If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to
make reasonable progress on the performance of the Work, the Owner may terminate the employment
of the Contractor and take possession of the premises and of all materials, tools, and appliances
thereon and finish the Work by whatever method he may deem expedient and charge the cost thereof
to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further
payment until the Work is finished. If the expense of completing the Contract, including compensation
for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor
and the Surety shall pay the difference to the Owner.
63. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK '
Owner may suspend work under the following conditions:
At any time and without cause, Owner may suspend the Work or any portion thereof for a period of
not more than ninety days by notice in writing to Contractor and Engineer which will fix the date on
which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall
be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly
attributable to any such suspension if Contract makes an approved claim therefore as provided in per
the General Conditions.
Owner may terminate:
Upon the occurrence of any one or more of the following events:
I. If Contractor persistently fails to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable
materials or equipment or failure to adhere to the progress schedule established in the Contract
Documents.
2. If Contractor disregards Laws or Regulations of any public body having jurisdiction.
3. If Contractor disregards the authority of the Engineers.
4. If Contractor otherwise violates in any substantial way any provisions of the Contract
Documents.
I
FY032142 Fayetteville North College Water DOCUMENT 00700 - 18 ,
I
' e. The dates at which special detail drawings are required.
' f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing
of, and the installation of materials, supplies, and equipment.
g. All construction milestone dates.
h. A separate graph showing Work placement in dollars versus Contract time.
' The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up
to -date condition monthly and shall be available for inspection at the construction site at all times.
The construction schedule shall be submitted in conjunction with and/or in addition to any other
'requirements concerning schedules within these Specifications.
The construction schedule shall be updated and submitted with each monthly requestfor payment.
' Should the Contractor fall behind said schedule, he shall present in writing to the owner a revised plan
of action to complete the project on time. Methods may include, but are not limited to additional
manpower, equipment, working overtime, etc. as may be required. Also, the construction schedule
shall be revised accordingly. Failure to submit such revised construction schedule and written
explanation shall be reason to withhold payment entirely or reduce payment substantially.
59. PROSECUTION OF THE WORK
It is expressly understood and agreed that the time of beginning, rate of progress, and time of
completion of the Work are the essence of this Contract. The Work shall be prosecuted at such time,
' and in or on such part or parts of the Project as may be required, to complete the Project as
contemplated in the Contract Documents and the approved construction schedule.
Regular Work hours shall be from 7:00 a.m. to 6:00 p.m. Monday through Friday. No Work requiring
' the presence of the Engineer's representative will be performed outside of regular Work hours.
The cost of additional engineering services will be based upon actual hours worked (labor cost x 3)
' plus out-of-pocket expenses such as lodging, mileage, materials, etc. Otherwise, the Contractor may
perform clean-up work only outside of regular hours (including Saturdays and Sundays)No Work
will be accomplished on holidays.
' 60. ASSIGNMENT
Neither party to the Contract shall assign the Contract or sublet it as a whole, without the written
' consent of the other, nor shall the Contractor assign any monies due or to become due to him
hereunder without the prior written consent of the Owner.
' 61. OWNER'S RIGHT TO DO WORK
If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly or
should neglect or refuse at his own cost to take up and replace Work as shall have been rejected by the
'
Engineer, then the Owner shall notify the Surety of the condition, and after 10 days' written notice to
the Contractor and the Surety, or without notice if an emergency or danger to the Work or public
exists, and without prejudice to any other right which the Owner may have under the Contract, take
over that portion of the work which has been improperly executed or uncompleted, and make good the
deficiencies and deduct the cost thereof from the payments then or thereafter due the Contractor, and if
such payments are not sufficient thereof, charge the cost to the Contractor and its surety.
FY032142 Fayetteville North College Water DOCUMENT 00700 - 17
I
Owner may, after giving Contractor (and the surety, if any) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the
' site and take possession of the Work and of all Contractor's tools, appliances, construction equipment,
and machinery at the site and use the same to the full extent they could be used by Contractor (without
liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment
stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the
' Work as Owner may deem expedient.
In such case Contractor shall not be entitled to receive any further payment until the Work is finished.
If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by
Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If
such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference
Ito Owner. Such claims, costs, losses and damages incurred by Owner will be reviewed by Engineer as
to their reasonableness and when so approved by Engineer incorporated in a Change Order, provided
that when exercising any rights or remedies under the paragraph Owner shall not be required to obtain
the lowest price for the Work performed.
' Where Contractor's services have been so terminated by Owner, the termination will not affect any
rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by Owner will not release Contractor from liability.
Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without
prejudice to any other right or remedy of Owner, elect to terminate the Contract. In such case,
' Contractor shall be paid (without duplication of any items):
1. For completed and acceptable Work executed in accordance with the Contract Documents
' prior to the effective date of termination, including fair and reasonable sums for overhead and
profit on such Work.
2. For expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such
expenses.
3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with
' Subcontractors, Suppliers and others.
4. For reasonable expenses directly attributable to termination.
' Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
64. DELAYS AND EXTENSION OF TIME
If the Contractor is delayed in the progress of the Work by any separate Contractor employed by the
Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated
' (on the basis of official weather records from the past ten years, minimum, from the locality involved),
or acts of God, the Contractor shall, within 48 hours of the start of the occurrence, give written notice
to the Owner of the cause of the potential delay and estimate the possible time extension involved, and
' within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to
the Owner of any actual time extension requested as a result of the aforementioned occurrence; then
the Contract time may be extended by Change Order for such reasonable time as the Engineer
determines.
It is agreed that no claim shall be made or allowed for any damages which may arise out of any delay
caused by the above referenced acts or occurrences, other than claims for the appropriate extension of
' time.
' FY032142 Fayetteville North College Water
DOCUMENT 00700-19
I
No extension of time will be granted to the Contractor for delays occurring to parts of the Work that
have no measurable impact on the completion of the total Work under this Contract; nor will extension
of time be granted fordelays to parts of Work that are not located on the critical path if the Critical
Path Method (CPM) is used for scheduling the Work.
No extension of time will be considered for weather conditions normal to the area in which the Work
is being performed. Unusual weather conditions, if determined by the Engineer to be of a severity that
would stop all progress of the Work, may be considered as cause for an extension of Contract
completion time. The Contractor shall provide official documentation of weather conditions
experienced versus those anticipated as described above.
I
I
I
Delays in delivery of equipment or material purchased by the Contractor or his subcontractors
(including Owner -selected equipment) shall not be considered as a just cause for delay. The
Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and
installation of all equipment and materials.
Within a reasonable period after the Contractor submits to the Owner a written request for an
extension of time, the Engineer will present his written opinion to the Owner as to whether an
extension of time is justified, and, if so, his recommendation as to the number of days for time
extension. The Owner will make the final decision on all requests for extension of time. In no event
shall the Contractor be entitled under this Contract to collect or recover any damages, loss, or expense
incurred by any delay other than as caused by the Owner, as stipulated in the Article titled, NOTICE
OF CLAIM FOR DELAY.
65. LIQUIDATED DAMAGES
The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the Contractor
and shall be completed within the number of consecutive calendar days, or by the calendar date, stated
in the accepted Bid and Contract. The time shall be computed from and including the date stated in the
Notice to Proceed. It is agreed that time is of the essence of this Contract.
The Contractor agrees that said Work shall be prosecuted regularly, diligently, and uninterruptedly at
such rate or progress as will insure full completion thereof within the time specified. It is expressly
understood and agreed, by and between the Contractor and the Owner, that the time for the completion
of the Work described herein is a reasonable time for the completion of the same, taking into
consideration the average climatic range and usual construction conditions prevailing in this locality.
If the Contractor shall neglect, fail, or refuse to complete the Work within the time herein specified, or
any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part
consideration for the awarding of this Contract, a penalty put as liquidated damages for such breach of
Contract, as hereinafter set forth, for each and every calendar day that the Contractor shall be in default
after the time stipulated in the Contract for completing the Work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner because of
the impracticability and extreme difficulty of fixing and ascertaining the actual damages which the
Owner would in such event sustain, and said amount shall be retained from time to time by the Owner
from current periodic pay estimates.
66. OTHER CONTRACTS
The Owner reserves the right to award other Contracts in connection with the Work. The Contractor
shall afford other Contractors reasonable opportunity for the introduction and storage of their materials
and the execution of their Work and shall properly connect and coordinate his Work with theirs.
I
I
I
I
I
I
LI
I
I
I
El
I
FY032142 Fayetteville North College Water DOCUMENT 00700-20 ,
I
If any part of the Work under this Contract depends on the prior acceptable completion of Work by
others under separate Contract(s), the Contractor shall inspect and promptly report to the Engineer any
defects in such Work that would adversely affect the satisfactory completion of the Work under this
Contract. The Contractor's failure to so inspect and report shall constitute acceptance of the Work by
others as being suitable for the proper reception and completion of the Work under this Contract,
' excluding, however, those defects in the Work by others that occur after the satisfactory completion of
the Work specified hereunder.
' 67. USE OF PREMISES
The Contractor shall confine his equipment, the storage of materials, and the operation of his workers
to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of the
Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall
provide, at his own expense, the necessary rights -of -way and access to the Work which may be
required outside the limits of the Owner's property.
' 68. SUBSTANTIAL COMPLETION DATE
' The Engineer may, at his sole discretion, issue a written notice of substantial completion for the
purpose of establishing the starting date for specific equipment guarantees, and to establish the date
that the Owner will assume the responsibility for the cost of operating such equipment. Said notice
shall not be considered as final acceptance of any portion of the Work or relieve the Contractor from
completing the remaining Work within the specified time and in full compliance with the Contract
Documents.
' Such substantial completion shall not relieve Contractor from liquidated damages should the Owner
have added costs after the completion date, i.e., if additional construction observation, interest paid,
loss of revenue, or other expenses continue to be charged to the Owner.
Substantial completion of an operating facility shall be that degree of completion that will provide a
minimum of 7 continuous work days of successful operation in which all performance and acceptance
testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus
all other components necessary to enable the Owner to operate the facility in the manner that was
intended, shall be complete on the substantial completion date. See "SUBSTANTIAL
COMPLETION" under Article DEFINITIONS, of these General Conditions.
' 69. PERFORMANCE TESTING
Operating equipment and systems shall be performance tested in the presence of the Engineer to
' demonstrate compliance with the specified requirements. Performance testing shall be conducted
under the specified design operating conditions or under such simulated operating conditions as
recommended or approved by the Engineer. Schedule such testing with the Engineer at least I week in
' advance of the planned date for testing.
70. OWNER'S USE OF PORTIONS OF THE WORK
' The Owner shall have the right to take possession of and use any completed orpartially completed
portions of the Work. Such use shall not be considered as final acceptance of any portion of the Work,
nor shall such use be considered as cause for an extension of the Contract completion time, unless
authorized by a Change Order issued by the Owner.
'
' FY032142 Fayetteville North College Water DOCUMENT 00700-21
71. CUTTING AND PATCHING
The Contractor shall do all cutting, fitting, or patching of his Work that may be required to make its
several parts come together properly and fit it to receive or be received by Work of other Contractors
shown upon or reasonably implied by the Drawings. Any defective Work or material, performed or
furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the
Work or before final payment has been made, shall be removed and replaced or patched, in a manner
as approved by the Engineer at the expense of the Contractor.
72. CLEANING UP
The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and
the adjacent property free from accumulations of waste material or rubbish caused by employees or by
the Work. Upon completion of the construction, the Contractor shall, at his own expense, remove all
temporary structures, rubbish, and waste materials resulting from his operations.
PAYMENT
73. PAYMENT FOR CHANGE ORDERS
I
[1
[1
I
I
I
Payment or credit for any alterations covered by a Change Order shall be determined by one or a
combination of the methods set forth in A, B, or C below as applicable:
A. UNIT PRICES. If applicable, those unit prices stipulated in the Bid, shall be utilized. If such ,
Unit Prices are not applicable, the Contractor and Owner may utilize Unit Prices as mutually
agreed upon.
B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by '
the Contractor and Owner.
In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm
for a period of 90 days. Any compensation paid in conjunction with the terms of a Change
Order shall comprise total compensation due the Contractor for the Work or alteration defined
in the Change Order.
By signing the Change Order, the Contractor acknowledges that the stipulated compensation
includes payment for the Work or alteration plus all payment for the interruption of schedules,
extended overhead, delay or any other impact claim or ripple effect, and by such signing
specifically waives any reservation or claim for additional compensation in respect to the
subject of the Change Order.
The Owner's request for quotations on alterations to the Work shall not be considered
authorization to proceed with the Work prior to the issuance of a formal Change Order, nor
shall such request justify any delay in existing Work. Lump sum quotations for alterations to
the Work shall include substantiating documentation with an itemized breakdown of Contractor
and subcontractor costs, including labor, material, rentals, approved services, overhead, and
profit calculated as specified under "C" below.
C. FORCE ACCOUNT WORK. If the method of payment cannot beagreed upon prior to the
beginning of the Work, and the Owner or the Engineer directs that the Work be done by written
Change Order or on a force account basis, then the Contractor shall furnish labor, equipment,
and materials necessary to complete the Work in a satisfactory manner and within a reasonable
period of time. For the Work performed, payment will be made for the documented actual cost
of the following:
[1
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water DOCUMENT 00700-22 ,
I
' I) Labor, including foremen, who are directly assigned to the force account Work: (actual
payroll cost, including wages, fringe benefits as established by negotiated labor
agreements, labor insurance, and labor taxes as established by law). No other fixed labor
burdens will be considered, unless approved in writing by the Owner.
2) Material delivered and used on the designated Work, including sales tax, if paid for by
the Contractor or his subcontractor.
3) Rental, or equivalent rental cost of equipment, including necessary transportation for
' items having a value in excess of $100.
4) Additional bond, as required and approved by the Owner.
' 5) Additional insurance (other than labor insurance) as required and approved by the
Owner.
' To costs under 73C, FORCE ACCOUNT WORK, there shall be added the following fixed fees
for the Contractor or subcontractor actually performing the Work:
IA fixed fee not to exceed 15 percent of the cost of all items above.
The added fixed fees shall be considered to be full compensation, covering the cost of general
supervision, overhead, profit, and any other general expense.
1 The Owner reserves the right to furnish such materials and equipment as he deems expedient,
and the Contractor shall have no claim for profit or added fees on the cost of such materials and
equipment.
For equipment under Item 3 above, rental orequivalent rental cost will be allowed for only
' those days or hours during which the equipment is in actual use. Rental and transportation
allowances shall not exceed the current rental rates prevailing in the locality. The rentals
allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, and
renewals, and no further allowances will be made for those items, unless specific agreement to
that effect is made.
The Contractor shall maintain his records in such a manner ago provide a clear distinction
' between the direct costs of Work paid for on a force account basis and the costs of other
operations. The Contractor shall furnish the Engineer report sheets in duplicate of each day's
force account Work no later than the working day following the performance of said Work. The
daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and
' the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other
forces.
The daily report sheets shall provide names or identifications and classifications of workers, the
hourly rate of pay and hours worked, and also the size, type, and identification number of
equipment and hours operated.
Material charges shall be substantiated by valid copies of vendors' invoices. Such invoices shall
be submitted with the daily report sheets, or, if not available, they shall be submitted with
subsequent daily report sheets. Said daily report sheets shall be signed by the Contractoor his
authorized agent.
To receive partial payments and final payment for force account Work, the Contractor shall
submit in a manner approved by the Engineer, detailed and complete documented verification
' FY032142 Fayetteville North College Water DOCUMENT 00700 - 23
of the Contractor's and any of his subcontractors'actual current costs
account Work pursuant to the issuance of an approved Change Order
submitted within 30 days after said Work has been performed.
involved in the force
. Such costs shall be
No payment will be made for Work billed and submitted to the Engineer after the 30 -day period
has expired. No extra or additional Work shall be performed by the Contractor, except in an
emergency endangering life or property, unless in pursuance of a written Change Order, as
provided in ALTERATIONS -CHANGES IN WORK.
74. PARTIAL PAYMENTS
A. GENERAL
Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject
the whole or any part of the aforesaid Work, should such Work be later found not to comply
with the provisions of the Contract Documents. All estimated quantities of Work for which
partial payments have been made are subject to review and correction on the final estimate.
Payment by the Owner and acceptance by the Contractor of partial payments based on periodic
estimates of quantities of Work performed shall not, in any way, constitute acceptance of the
estimated quantities used as the basis for computing the amounts of the partial payments. For
public works projects, each partial payment request and final payment request shall contain an
affidavit by the Contractor that all provisions of the applicable federal and state requirements
regarding apprentices and payment of prevailing wages have been complied with by him and by
his Subcontractors.
B. ESTIMATE AND PAYMENT
Before the first working day of each calendar month, the Contractor shall submit to the
Engineer a detailed estimate of the amount earned for the separate portions of the Work, and
request payment. As used in this Article, the words "amount earned" means the value, on the
date of the estimate for partial payment, of the Work completed in accordance with the Contract
Documents, and the value of approved materials delivered to the Project site suitably stored and
protected prior to incorporation into the Work. If the Contractor's estimate of amount earned
conforms with the Engineer's evaluation, the Engineer will calculate the amount due the
Contractor and make recommendation to the Owner for payment.
An estimate of monthly progress payments shall be provided for the entire job prior to the first
payment request. An update of the estimate of progress payments shall be updated if the actual
progress differs by more than 20 percent in any given month. Each monthly payment request
shall include the required updated Schedule.
If the updated Schedule is not submitted, the Owner may withhold payment until this item is
completed. The Contractor shall be paid within 30 days of approval of the payment request.
C. DEDUCTION. FROM ESTIMATE
Unless modified in the Supplementary Conditions, deductions from the estimate will be as
described below. The Owner will deduct from the estimate, and retain as part security,
10 percent of the amount earned for Work satisfactorily completed. However, no deduction or
retainage will be made on the approved items of material delivered to and properly stored at the
job site but not incorporated into the Work. When the Work is 50 percent complete, the Owner
may "freeze" the retainage at 5 percent of the dollar value of the total contract provided that the
Contractor is making satisfactory progress and there is no specific cause for a greater retainage.
The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete
I
I
I
I
I
[]
I
I
I
I
H
I
I
I
I
FY032142 Fayetteville North College Water DOCUMENT 00700-24 ,
I
' to date" if the Owner determines, at his discretion, that the Contractor is not making satisfactory
progress or where there is other specific cause for such withholding.
' NOTE: Exception --If the Work includes water or sewer pipelines, the Contractor shall
maintain the Work for a period of ninety (90) days following its acceptance by the OWNER.
Up to five percent (5%) of the Contract amount shall be retained during this maintenance
'period. All prior payments shall be subject to correction in the final payment.
This 90 -day period does not relieve the Contractor of the Performance and Payment Bond
' requirements regarding warranty of the Project. In such cases, the semi-final payment estimate
shall indicate the initial acceptance of the Work, and the warranty shall begin on such date.
D. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED
Unless modified in the Supplementary Conditions, qualification for partial payment for
materials delivered but not yet incorporated in to the Work shall be as described below.
' Materials, as used herein, shall be considered to be those items which are fabricated or
manufactured material and equipment. To receive partial payment for materials delivered to the
site, but not incorporated in the Work, it shall be necessary for the Contractor to include
' invoices of such materials and documentation warranting that the materials and equipment are
covered by appropriate property insurance and other arrangements to protect Owner's interest
therein; all of which must be satisfactory to Owner.
At the time of the next partial payment request, the Contractor must submit the following
documentation relative to materials paid on the previous partial paymentpaid invoices of such
materials or other documentation warranting that the Owner has received the materials and
equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all
materials have been paid for by Contractor). Failure to submit this documentation will result in
an appropriate reduction on the current partial payment estimate for such materials.
' At his sole discretion, the Engineer may approve items for which partial payment is to be made.
Proper storage and protection shall be provided by the Contractor, and as approved by the
Engineer. Final payment shall be made only for materials actually incorporated in the Work
and, upon acceptance of the Work, all materials remaining for which advance payments had
been made shall revert to the Contractor, unless otherwise agreed, and partial payments made
for these items shall be deducted from the final payment for the Work.
IE. PAYMENT
After deducting the retainages and the amount of all previous partial payments made to the
Contractor, the amount earned as of the current month will be made payable to the Contractor
within 30 days of the Owner's receipt of an approved request, except where the Owner is a
municipality or other agency whose laws require the approval of each payment by a council or
similar body, in which case, the payment shall become due and payable I0 days after the first
regularly -scheduled meeting in the month following the submittal of such payment request.
' 75. CLAIMS
In any case where the Contractor deems additional compensation is due him for Work or materials not
clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20
ALTERATIONS - CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his
intention to make claim for such compensation before he begins the Work on which he bases the
claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken.
If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for
' FY032142 Fayetteville North College Water
DOCUMENT 00700 - 25
I
keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such
additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept
account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim.
Claims for additional compensation shall be made in itemized detail and submitted, in writing, to the
Owner and Engineer within 10 days following completion of that portion of the Work for which the
Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as
provided in the Article titled, PAYMENT FOR CHANGE ORDERS.
76. NOTICE OF CLAIM FOR DELAY
If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at
a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning of the
occurrence. The notice of claim shall be in duplicate, in writing, and need not state the amount. No
claim for additional compensation will be considered unless the provisions of Article 64, DELAYS
AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner
in writing, as stated above.
Should the Owner be prevented or enjoined from proceeding with Work, either before or after its
prosecution, or from authorizing its prosecution by reason of any litigation, the Contractor shall not be
entitled to make or assert claim for damage by reason of said delay; but time for completion of the
Work will be extended to such reasonable time as the Owner may determine will compensate for time
lost by such delay, with such determination to be set forth in writing.
I
L
I
L
11
L
77. RELEASE OF LIENS OR CLAIMS '
The Contractor shall indemnify and save harmless the Owner from all claims for labor and materials
furnished under this Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as
part of his final payment request, an affidavit that all of the Contractor's obligations on the Project have
been satisfied and that there are no unpaid taxes, liens, vendors' liens, rights to lien or any other type of
claim against the Project, and that the hourly wages paid to all persons on the Project were in
accordance with the applicable wage scale determinations.
78. FINAL PAYMENT
Upon completion of all of the Work under this Contract, the Contractor shall notify the Engineer, in
writing, that he has completed his part of the Contract and shall request final inspection. Upon receipt
of the Contractor's written notice that the Work is ready for final inspection, the Engineer shall make
such inspection and shall submit to the Owner his recommendation as to acceptance of the completed
Work and as to the final estimate of the amount due the Contractor under this Contract.
Upon approval of this final estimate by the Owner and compliance with provisions in Article titled,
RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the Owner shall pay
to the Contractor all monies due him under the provisions of these Contract Documents. On contracts
for public works, final payment of the retained percentage will not be made until the Contractor has
also furnished the applicable apprenticeship wage certification.
79. NO WAIVER OF RIGHTS
Neither the inspection of the Owner, through the Engineer or any of his employees, nor any order by
the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the
Work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or
its employees shall operate as a waiver of any provision of this Contract, or any power herein reserved
I
I
I
[1
I
I
L
FY032142 Fayetteville North College Water
DOCUMENT 00700-26 ,
I
to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this
Contract be held to be a waiver of any other or subsequent breach.
80. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as
agent of the Owner, from all claims and all liability to the Contractor for all things done or furnished in
connection with the Work, and every act of the Owner and others relating to or arising out of the
Work. No payment, however, final or otherwise, shall operate to release the Contractor or his Sureties
from obligations under this Contract and the Performance and Payment Bonds, and other bonds and
warranties, as herein provided.
I
I
I
I
I
I
I
I
I
I
I
I
I
END OF GENERAL CONDITIONS
' FY032142 Fayetteville North College Water DOCUMENT 00700-27
DOCUMENT 00800
SUPPLEMENTARY CONDITIONS
GENERAL
The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which
contains other directions pertinent to the project.
REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS
The GENERAL CONDITIONS are hereby revised as follows:
ARTICLE 36. "INSURANCE AND LIABILITY", SUBARTICLE "BUILDERS RISK
INSURANCE"
Delete the following coverages from the General Conditions:
Loss caused by earthquake and Builder's Risk.
ARTICLE 49. "MATERIALS AND APPLIANCES"
After this Article, add the following:
EQUIPMENT NAMEPLATES
All manufacturer's nameplates on equipment items are to be kept visible and are not to be
obscured by other equipment or piping nor are they to be covered by any paint or insulating
material.
END OF SUPPLEMENTARY CONDITIONS
FY032142 Fayetteville North College Water Section 00800-1
I
I
CI
H
I
I
I
I
1 PART IV
i
1 SPECIFICATIONS
I
I
I
I
'I
I
I
I
u
SECTION 01000
Li
IPARTI GENERAL
I
I
C
C
I
I
I
I
I
r
I
L
Li
I
ABBREVIATIONS
A. Whenever in these Contract Documents the following abbreviations are used, the
intent and
meaning shall
be interpreted as follows:
AA
Aluminum Association
AAMA
Architectural Aluminum Manufacturers' Association
AASHTO
American
Association of State Highway and Transportation Officials
AC!
American
Concrete Institute
AFBMA
Anti -Friction Bearing Manufacturers' Association
AGA
American
Gas Association
AGMA
American
Gear Manufacturers' Association
AISC
American
Institute of Steel Construction
AISI
American
Institute of Steel Institute
AITC
American
Institute of Timber Construction
AMCA
Air Moving and Conditioning Association
ANSI
American
National Standards Institute
APA
American
Plywood Association
API
American
Petroleum Institute
AREA
American
Railway Engineering Association
ASAE
American
Society of Agricultural Engineers
ASCE
American
Society of Civil Engineers
ASHRAE
American
Society of Heating, Refrigerating and Air -Conditioning
Engineers, Inc.
ASME
American
Society of Mechanical Engineers
ASTM
American
Society for Testing and Materials
AWI
Architectural Woodwork Institute
AWS
American
Welding Society
AWPA
American
Wood Preservers' Association
AWPB
American
Wood Preservers Bureau
AWWA
American
Water Works Association
BHMA Builders Hardware Manufacturers' Association
CBMA Certified Ballast Manufacturers' Association
CDA Copper Development Association
CISPI Cast Iron Soil Pipe Institute
CMAA Crane Manufacturers' Association of America
CRSI Concrete Reinforcing Steel Institute
EPA Environmental Protection Agency
Fed. Spec. Federal Specifications
HI Hydraulic Institute
HMI Hoist Manufacturers' Institute
ICBO International Conference of Building Officials
IEEE Institute of Electrical and Electronics Engineers, Inc.
ICEA Insulated Cable Engineers' Association
ISA Instrument Society of America
FY032142 Fayetteville North College Water Section 01000- I
r
JIC Joint Industry Conferences of Hydraulic Manufacturers
MMA Monorail Manufacturers' Association
r
NBHA National Builders' Hardware Association
NEC National Electrical Code
NEMA National Electrical Manufacturers' Association
NESC National Electric Safety Code
NFPA National Fire Protection Association
NLMA National Lumber Manufacturers' Association
NWMA National Woodwork Manufacturers' Association
OECI Overhead Electrical Crane Institute
OSHA Occupational Safety and Health Act (both Federal and State)
PS Product Standards Section - U.S. Department of Commerce
RLM RLM Standards Institute, Inc.
RMA Rubber Manufacturers' Association
SAE Society of Automotive Engineers
SDI Steel Door Institute
SSPC Steel Structures Painting Council
TEMA Tubular Exchanger Manufacturers' Association
TCA Tile Council of America
UBC Uniform Building Code
UL Underwriters' Laboratories, Inc.
WWPA Western Wood Products Association
B. Unless a particular issue is designated, all references to the above specifications,
standards, or methods shall, in each instance, be understood to refer to the issue in
effect (including all amendments) on the first published date of the Invitation to Bid.
END OF SECTION
C
u
C
C
I
I
C
H
I
I
I
FY032142 Fayetteville North College Water
Section 01000-2 ,
I
' SECTION 01009
SUMMARY OF WORK
' PARTI GENERAL
1.01 REQUIREMENTS INCLUDED
A. This Section describes the project in general, and provides overview of the extent of
the work to be performed. Detailed requirements and extent of work is stated in the
applicable Specification Sections and is shown on the Drawings. The Contractor
' shall, except as otherwise specifically stated herein or in any applicable parts of the
Contract Documents, provide and pay for all labor, materials, equipment, tools,
construction equipment, and other facilities and services necessary for proper
execution, and completion of his work.
1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH
' ABSENT FROM SPECIFICATIONS
A. Any part of the work which is not mentioned in the Specifications but is shown on
' the Drawings, or any part not shown on the Drawings but described in the
Specifications, or any part not shown on the Drawings nor described in the
Specifications, but which is necessary or normally required as a part of such work, or
' is necessary or required to make each installation satisfactorily and legally operable,
shall be performed by the Contractor as incidental work without extra cost to the
Owner, as if fully described in the Specifications and shown on the Drawings, and
the expense thereof shall be included in the applicable unit prices or lump sum bid
for the work.
1.03 DESCRIPTION OF THE PROJECT
A. Work covered by these Contract Documents in general covers the construction of the
following facilities:
' I. Construction of approximately 5080 feet of 6" through 12" water main and
approximately 3500 feet of 2" to %" waterline.
2. Installation of fire hydrants, valves, tapping tees and valves, and related
facilities.
3. Capping and abandoning existing water mains and valves. Removal of some
existing fire hydrants.
4. Completion of paved surface restoration and related work items as indicated
on the Drawings and/or required by the Detailed Specifications.
PART2 PRODUCTS
' Not Used.
IFY032142 Fayetteville North College Water
Section 01009-1
I
PART 3
3.01
3.02
A.
CONTRACTOR'S RESPONSIBILITIES
GENERAL CONSTRUCTION WORK
The Contractor shall execute all work, including site, structural, piping, equipment,
and finishes.
B. The Contractor shall also:
I. Provide temporary sanitary toilet facilities.
2. Pay for all electrical energy consumed for construction purposes.
3. Provide and pay for temporary service for lighting of temporary office and
work areas.
4. Provide replacement lamps for temporary lighting.
5. Provide temporary heat; make all arrangements and pay all fuel cost;
supervise and maintain all heating units.
6. Provide telephone service for his own use.
7. Provide an adequate supply of potable drinking water for use by his
employees and by the Engineer.
8. Provide and maintain fire protection in working order during the entire
construction period.
9. Coordinate with the Engineer and Owner all re-routing of existing streets and
interruptions of the existing water and sewer operations.
10. Insure that new water mains are properly tested and have passed disinfection
tests before existing water mains and meter services are disrupted. Existing
facilities to be abandoned will be abandoned only after new facilities are
completed, tested and in service.
DRAWINGS
A. Drawings are bound separately and consist of II sheets.
I
I
1l
I
I
1
1
1
1
I
FY032142 Fayetteville North College Water Section 01009-2
I
SECTION 01011
' SITE CONDITIONS
PARTI GENERAL
1.01 SITE INVESTIGATION AND REPRESENTATION
A. The Contractor acknowledges by submission of his Bid that he has satisfied himself
as to the nature and location of the work, the general and local conditions,
particularly those bearing upon availability of transportation, disposal, handling and
' storage of materials, availability of labor, water, electric power, roads, and
uncertainties of weather, river stages, or similar physical conditions at the site, the
conformation and conditions of the ground, the character of equipment and facilities
needed preliminary to and during the prosecution of the work and all other matters
which can in any way affect the work or the cost thereof under this Contract.
' B. The Contractor further acknowledges by submission of his Bid that he has satisfied
himself as to the character, quality, and quantity of surface and subsurface materials
to be encountered from inspecting the site. Any failure by the Contractor to acquaint
himself with all the available information will not relieve him from responsibility for
properly estimating the difficulty or cost of successfully performing the work.
C. The Owner has authorized two soil borings, located one each at the two highway
' bores. The boring logs are included as an attachment to this Section 01011. The
boring logs are the opinion of the drilling personnel. Actual underground conditions
may vary. The boring logs are not a part of these Contract Documents. Prospective
' Bidders are invited, at their own expense, to make additional subsurface
investigations, by boring or test hole excavation, as may be desirable, provided,
however, that such work be scheduled by appointment with the Engineer. Bidders
are not authorized to enter private property during these investigations.
D. In the event subsurface or latent physical conditions are found materially different
' from those indicated in these Documents, and differing materially from those
ordinarily encountered in the project area and generally recognized as inhering in the
character of work covered in these Contract Documents, the Contractor shall
' promptly, and before such conditions are disturbed, notify the Engineer in writing of
such changed conditions.
E. The Engineer will investigate such conditions promptly and following this
'
investigation, the Contractor shall proceed with the work, unless otherwise instructed
by the Engineer. If the Engineer finds that such conditions do so materially differ and
cause an increase or decrease in the cost of, or in the time required for performing
' the work, the Engineer will recommend to the Owner the amount of adjustment in
cost and time he considers reasonable. The Owner will make the final decision on all
Change Orders to the Contract regarding any adjustment in cost or time for
' completion.
' FY032142 Fayetteville North College Water
Section 01011 - I
Ii
I
1.02
1.03
EXISTING UTILITIES
A. Existing utilities in the vicinity of the project lines and structures include water and
sewer lines belonging to the City of Fayetteville, gas mains, and overhead (and
underground) electric, television, and telephone lines. Additional utilities include
individual property owner's gas lines, water lines, sprinkler system water lines,
underground electrical service lines, and wastewater lines. No attempt has been
made to locate all these utilities and private services. Information is shown on the
Drawings relative to the general location of some utilities, as taken from maps
supplied by the utilities. Private lines are not shown. Since specific utility locations
are not shown on the Drawings, the Contractor shall carefully coordinate the location
of utilities with their respective owner's. No compensation will be paid to the
Contractor, due to costs associated with damages to utilities or to costs associated
with locating/avoiding same. The Engineer and Owner will cooperate with the
Contractor and utility firms in rerouting new water mains, where possible, to
reasonably avoid existing utilities.
CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND
SERVICE
A. Notify all utility offices that are affected by the construction operation at least 48
hours in advance. Under no circumstances expose any utility without first obtaining
permission from the appropriate agency. Once permission has been granted, locate,
expose, and provide temporary support for all existing underground utilities.
B. The Contractor shall be solely and directly responsible to the Owner and operators of
such properties for any damage, injury, expense, loss, inconvenience, delay, suits,
actions, or claims of any character brought because of any injuries or damage which
may result from the construction operations under this Contract.
I
I
L
L
I
I
I
H
I
I
C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for
damages as a result of the Contractor's failure to protect utilities encountered in the
work.
D. In the event of interruption to domestic water, sewer, storm drain, or other utility
services as a result of accidental breakage due to construction operations, promptly
notify the proper authority. Cooperate with said authority in restoration of service as
promptly as possible and bear all costs of repair. In no event shall interruption of
any utility service be allowed outside working hours unless granted by the owner of
the utility.
E. Drainage culverts that are removed or damaged by the Contractor shall be replaced in
kind at the expense of the Contractor.
F. The Contractor shall replace, at his own expense, any and all existing utilities or
structures damaged during construction.
FY032142 Fayetteville North College Water
Section 01011-2
I
I
I
I
LJ
I
I
1.04
1
1
1
Li
H
H
1.05
1.07
NAMES OF KNOWN UTILITIES SERVING THE AREA
A. The following is a list of the major public utilities serving the work area indicating
the name and telephone number of the responsible authority of the various utilities
which should be notified if conflicts or emergencies arise during the progress of the
work:
Name
Authority
Telephone
Water and Sewer
Fayetteville
Water Dept.
479-575-8386
Storm Sewers Arkansas Highway & 479-251-9266
Transportation Dept.
Fayetteville Street Dept. 479-575-8390
Arkansas One Call Buried Utilities 1-800-482-8998
Telephone Cable Southwestern Bell 1-800-482-8998
Fiber Optic
Cable
Gas
Arkansas
Western
Gas
479-521-5330
Electricity
American
Electric
Power
1-800-482-8998
Television Cox Communications 479-751-2000
TRAFFIC LIGHT CONTROL LOOPS
A. If it is necessary to remove or cross traffic light control loops that may be located in
the street pavement at street intersections, schedule this work with the Fayetteville
Traffic Control Department. This Department will restore the loop without costs to
the Contractor.
FIELD RELOCATION
A. During the progress of construction, minor relocations of the work may become
necessary. Such relocations shall be made only by direction of the Engineer. If
existing structures are encountered that will prevent construction as shown, notify the
Engineer before continuing with the work in order that the Engineer may make such
field revisions as necessary to avoid conflict with the existing structures. If the
Contractor shall fail to notify the Engineer when an existing structure is encountered,
and shall proceed with the work despite this interference, he shall do so at his own
risk and expense.
STREET CLOSURES
A. City streets may be closed if required to maintain safe working conditions. Closed
streets shall be suitably barricaded and detour signs will be installed as required to
maintain orderly traffic flow. Access to driveways for homeowners in the closed
street section shall be accommodated.
FY032142 Fayetteville North College Water
Section 01011 -3
C
1.08 CONSTRUCTION ON PRIVATE PROPERTIES
A. The Owner has obtained easements for the pipeline routes on private property. The
Contractor shall protect and/or restore improvements on these properties, including
structures, rock walls, fences, drives, culverts, fruit and ornamental trees and shrubs,
and grass in yards and pasture lands. Existing sod shall be protected and restored, or
replaced with the same kind of new sod. Failure to do so will result in retainage of
funds otherwise due the Contractor, as necessary to compensate property owners for
damages and/or to pay restoration costs.
B. Easement widths for permanent and temporary construction easements are as
indicated on the Drawings.
C. As part of the easement acquisition process, the Owner agreed to certain easement
considerations that are itemized in the attached "Side Letters". The requirements in
these letters are requirements of the Contractor under this Contract, and these
requirements shall govern construction on these properties.
D. The Contractor is not authorized to enter into side -agreements with the property 1
owners, concerning the degree of cleanup, excess soil disposal, timber and brush
disposal, etc., without the prior written approval of each "side -agreement" by the
Owner. The Contractor is not authorized to enter private property outside the
prescribed limits of the permanent and temporary construction easements.
1.09 PAYMENT
A. No separate payment will be made for work under this Section.
PART2 PRODUCTS
Not Used. '
PART 3 EXECUTION ,
Not Used. '
END OF SECTION
BORING LOGS APPENDED HERETO '
EASEMENT SIDE LETTERS APPENDED HERETO
I
FY032142 Fayetteville North College Water Section 01011 -4
NORTH COLLEGE WATER MAIN REPLACEMENT
is .]:1x42014.9
The following Boring Logs are included herewith:
B -I Located on the west side of North College at the Prospect Street
intersection.
B-2 Located on the west side of North College at the Maple Street
intersection.
FY032142
LOG OF BORING NO. B-1
Project Owner:
CITY OF FAYETTEVILLE
MCE Project No.:
FY053818
Description;
NORTH COLLEGE WATERLINE REPLACEMENT
Date Drilled:
June 17, 2005
Location:
FAYErTEVILLE, ARKANSAS
Method Drilled:
5 I/2Continuous Auger
Project Engineer:
R. WAYNE JONES, P.E.
Boring Location:
STA. 4+68, Prospect St.
c 2 0o aci d E v CO
C m a Description Of Material E C — C
1 Q 3 J U (Color,Type,Moiature & Consistency) vJi V u V O O
77
E
.2 'O !n 'O C _N 4 a
W !n m N ❑ r2 J (L (L J U. ❑
Asphalt Pavement (7')
1 la CL Stiff Gray, Red and Brown Silty Clay
2 126 rA CL I Very (Lami$tiff nated) Gray Silty Clay
Dense Tan and Gray Very
Weathered Shale
5 15010 I Hard Gray Shale with Thin
Limestone Lenses
r
7
End of Boring
Completion Depth: 12.08 feet Depth To Water: Dry
Fayetteville, Arkansas McCLELLAND CONSULTING ENGINEERS, INC.
Logged By: K. RAKES
Little Rock, Arkansas
PLATE NO. I
LOG OF BORING NO. B-2
Project Owner: CITY OF FAYETTEVILLE MCE Project No.: PY053818
Description: NORTH COLLEGE WATERLINE REPLACEMENT Date Drilled: June 17, 2005
Location: FAYEITEVILLE, ARKANSAS Method Drilled: 5 1/2" Continuous Auger
Project Engineer: R. WAYNE JONES, P.E. Boring Location: STA. 2+54, Maple St.
cc Z o w n Description Of Material _E E No I`_—
Gs q a . QJ J J > C
# J U (Color,Type,Moisturo & Consistency) 7 u ,U O. O' N
N E O iJ L) 0 7 of
LOW to m m fL a. it a
Concrete Pavement
1 13 CL Stiff Red, Tan and Gray Silty Clay
2J xA CL I Stiff Gray, Red and Tan Silty Clay I I I I I 12.75
CL IVery Stiff Red,Tan and Gray Silty
Sandy Clay
4.50
4 9.25
CH Very Stiff Gray Clay
CL Very Stiff Brown,Tan and Gray Silty
Sandy Clay
4.25
CL Very Stiff Tan and Red Silty Sandy
Clay with Ferrous Nodules
6 150/1I,M Dense Brown and Red Very
Weathered Shale
7 50/0" ' - Auger Refusal at 12.0 Feet
Hard Gray Limestone
End of Boring
________________ I
Is.o
Completion Depth: 12.0 feet Depth To Water: Dry Logged By: K. RAKES
Fayetteville, Arkansas McCLELLAND CONSULTING ENGINEERS, INC. Little Rock, Arkansas
PLATE NO. 2
I
NORTH COLLEGE WATER MAIN REPLACEMENT
EASEMENT SIDE LETTERS
The following "Side Letters" are included herewith:
Addressee Date
Ozark Floor Company, Inc. December 7, 2004
' Martha M. Agee, Trustee December 7, 2004
Dewitt C. Goff, Trustee February 7, 2005
James A., Jr. and Mary K. Williams March 4, 2005
James A., Jr. and Mary K. Williams February 7, 2005
RLB Properties, LLC February 25, 2005
Steven B. Jenkins February 14, 2005
1
1
1
1
1
1
1
FY032142
THE CITY OF FAYErrEVILLE, ARKANSAS
December 7, 2004
Ozark Floor Company, Inc.
Attn: Mark & Kem January
928 N. College
Fayetteville, AR 72701
RE: Project No. 02030
North College Water Line Replacement
Baxter Lane to Clebum Street
Side Letter
Dear Mr. and Mrs. January:
I
I
LJ
I
C
I
I
The City of Fayetteville is planning the replacement of some water lines along North College
Avenue, as you aware, and per your discussions with Holly Jones and Greg Boettcher we will
strive to make this as painless for your businesses in the area as possible.
• The contractor will be required to contact you at least two weeks before beginning
construction on any of the properties between Baxter Lane and Clebum Street which belong to you
or members of.your family. This will allow you to re -arrange your delivery schedules as needed.
Our contractor is also aware that your customers will have to have, access to your properties at all
times during the construction process along this block.
• The contractor is required to leave the property in a condition as good as, or better than, he
found it. Therefore all asphalt and concrete should be repaired at the end of construction.
Thank you. for your cooperation with this project. If you have any further questions, please
don't hesitate to contact Holly, or you may also speak with Jill Goddard at 444-3407 or Sid
Norbash, Construction Engineer at 575-8205.
Mayor
DC/hj �l
I
I
I
I
I
113WESTM0UNTAIN 72701 479.521-7700
FAX 479-575-8257
FAYETTEVILLE
1
' THE CITY OF FAYETTEVILLE, ARKANSAS
' December 7, 2004
Martha M. Agee, Trustee
Martha M. Agee Trust
1000 Crest Drive
' Fayetteville, AR 72701
RE: Project No. 02030
North College Water Line Replacement
800 N. College
Side Letter
' Dear Ms. Agee:
The City of Fayetteville has reviewed the concerns voiced in your meeting and conversation with Holly Jones
this afternoon.
Upon review of the appraisal of the property, Parrish Appraisals has taken into consideration the fact that there
Is a possibility of damage to trees and shrubs in the easement areas where appraisals were performed and thus were
' noted in the valuation of your easement area. Therefore, since the City of Fayetteville pays full fee simple for
easements, we will not be able to reimburse you a value for those trees at this time. Please be aware that it is our full
intent to protect those trees to the best of our ability.
' Since this is only a 2 -inch line, there will not be an official bore pit'. There will be a hole at either end of your
lot but these holes shouldn't be much larger than a backhoe scoop to accommodate that small line.
• The City's contractor will stay far enough away from the building to avoid damage to the foundation or the
trees with heavy equipment. The brick sidewalk will be repaired and the existing lights will be replaced if damaged
during construction. He is also required to leave the property in a condition as good as, or better than, it was found.
The City's contractor will need to contact owners tenant, Spencer Scarbrough at 800 N. College Avenue to
coordinate the construction schedule at least one week in advance so that Mr. Scarbrough may best serve his clients.
Mr. Scarbrough's business phone number is 479-575.0863 and his cell phone number is 479-790-7497.
I. Thank you very much for your cooperation in this very important water line replacement project. If you have
any further questions, please don't hesitate to contact Holly, or you may also speak with Jill Goddard at 444-3407 or
Sid Norbash, Construction Engineer at 575-8205.
' �dY
Mayor
DC1hj
Cc: Spencer Scarbrough
113 WEST MOUNTAIN 72701 479331-7700
FAX 479-575-8257
THE CITY OF FAYETTEVILLE, ARKANSAS
February 7, 2005
Dewitt C. Goff, Trustee
D.C. Goff Revocable Trust
P.O. Box 1465
Fayetteville, AR 72702
RE: Project No. 02030
North College Water Line Replacement
Line 23, Tract 1
612 N. College
Side Letter
Dear Mr. Goff:
The purpose of this letter is to document the discussion that occurred on December 1, 2004, at the
Engineering Division, City of Fayetteville.
• Construction within the temporary construction easement on the east side of your property will be done
in two phases, allowing access to the easternmost part of your property (across the temporary
construction easement area) at all times during construction.
This letter will become a part of any contract made between the City of Fayetteville and the contractor who
bids this project. If there are other que�tions or should additional information be needed, please contact Jill Goddard (479) 444-3407 Holly Jones at (479) 444-3414, or Sid Norbash, Construction Engineer, at (4 79) 575-8205. at
Sincerely,
.E.
Maintenance Superintendent
DJljsg
FI
I
113WESTMOUNTAJN 72701 479521-7700
FAX 479-5754257
I FAYETTEVILLE
1
THE CITY OF FAYETTEVILLE, ARKANSAS
1
1 March 4, 2005
1 James A., Jr. and Mary K. Williams
P.O. Box 419
Fayetteville, AR 72702
I.
RE: Project No. 02030
North College Water Line Replacement
Line 25, Tract 2
1 433 N. College
Side Letter 2
Dear Mr. and Mrs. Williams:
1 The purpose of this letter is to document concerns voiced in the meeting between Jim Williams, owner,
Raj Thurvan, tenant, Sid Norbash, construction engineer, and Jill Goddard, land agent, on March 3, 2005:
• Thirty (30) calendar days is the maximum amount of time being allowed for construction at 433 N.
1 College Avenue (aka Q.C. Auto Sales). If the contractor exceeds 30 calendar days of construction work
on this particular property, said contractor will pay $100.00 per every day over the 30 day limit to the
City of Fayetteville. The City of Fayetteville, in turn, will forward this amount to Jim A. Williams, Jr.,
owner of the property at 433 N. College Avenue.
• The contractor is to install a temporary fence on the west side of the bore pit allowing a ten foot wide
pathway between the bore pit and the building. This is to allow access to the rear of the property.
1 This letter will become a part of any contract made between the City of Fayetteville and the contractor who
bids this project. This letter is in addition to the Side Letter dated February 7, 2005.
If there are other questions or should additional information be needed, please contact Jill Goddard at
(479) 444-3407, Holly Jones at (479) 444-3414, or Sid Norbash, Construction Engineer, at (479) 575-8205.
Sincerely,
1
'avid J r ens,
tCr
Water n Se r Maintenance Superintendent
DJ/jsg
1
H
I
' 113WESTMOUNTAJN 72701 479-521.7700
FAX 479-575-8257
• FAYETTEVILLE 1
THE CITY OF FAYETTEVILLE, ARKANSAS S
February 7, 2005 1
James A., Jr. and Mary K. Williams
P.O. Box 419
Fayetteville, AR 72702
RE: Project No. 02030
North College Water Line Replacement
Line 25, Tract 2•
433 N. College
Side Letter
Dear Mr. and Mrs. Williams:
The purpose of this letter is to document concerns regarding the proposed easements across the above '
referenced property.
• Approximately eight (8) cars are currently parked over the proposed permanent and temporary
easements (as detailed in the packet of information mailed to you on November 30, 2004). These cars
will have to be moved out of the easement area during construction; this will be for approximately 3 to 4
weeks.
• The contractor is to contact you one week prior to construction work on your property to allow for said 1
relocation of cars.
This letter will become.a part of any contract made between the City of Fayetteville and the contractor who
bids this project.
If there are other questions or should additional information be needed, please contact Jill Goddard at
(479) 444-3407, Holly Jones at (479) 444-3414, or Sid Norbash, Construction Engineer, at (479) 575-8205.
Sincerely, •
�- 1
DavW6�7.E.
Water n Se er Maintenance Superintendent 1
DJ/jsg
1
I
113 WEST MOUNTAIN 72701 479-521-7700 1
FAX 479-575-8257
I FAYETTEVILLE
1
THE CITY OF FAYETTEVILLE. ARKANSAS
i
1 February 25, 2005
1 RLB Properties, LLC
Attn: Mike and Carla Pierce
770 North Shore Place
North Little Rock, AR 72118
1
1
i
i
1
1
1
1
1
1
1
i
1
DJ/jsg V
Enclosures
1 113 WEST MOUNTAIN 72701 479-521-7700
FAX 479.575-0257
RE: Project No. 02030
North College Water Line Replacement
Line 25, Tract 3
503 N. College
Side Letter
Dear Mr. and Mrs. Pierce:
The City of Fayetteville has reviewed the concerns voiced in your telephone conversation with Jill
Goddard this morning.
• Construction across the front of your property will be done in two phases, allowing access to the
business (Papa John's Pizza) at all times during construction. Driveway next to building (allowing alley
ingress/egress on west side of property) must accessible.
• The temporary construction easement area is for extra working room only. No overnight parking of
construction equipment will be allowed. Contractor is to be aware that parking spaces within temporary
construction easement must be accommodated.
• Contractor will leave.no open ditches overnight.
• The asphalt parking lot will be saw cut prior to installation of the 2" waterline and will be re -poured to
match at the end of construction.
• There will be a small 'bore pit" (approximately the size of a backhoe scoop) at the northeast corner of
your property to allow boring of 2" waterline across property to the north.
• Construction of this entire project is estimated to start during early summer (June) and to continue
through the summer.
• It is estimated that construction across your property should last no more than one week.
This letter will become a part of any contract made between the City of Fayetteville and the contractor who
bids this project.
If you have any questions or need additional information, please feel free to contact Jill Goddard at
(479) 444-3407, Holly Jones at (479) 444-3414, or Sid Norbash, Construction Engineer (for engineering
concerns), at (479) 575-8205.
David
Water
'J
Superintendent
AYETTEVILLE 1•
1
THE CITY OF FAYETTEVILLE, ARKANSAS
February 14, 2005 '
Steven B. Jenkins and
Tommy C. & Suzanne R. Jenkins
708 N. College Avenue
Fayetteville, AR 72701
RE: Project No. 02030
North College Water Line Replacement
Line 82, Tract 1
708 N. College
Side Letter
Dear Mr. Jenkins and Mr. and Mrs. Jenkins: I
The City of Fayetteville has reviewed the concerns voiced in your telephone conversation with Jill
Goddard, Land Agent for the City of Fayetteville, on February 8, 2005.
• The front nine parking spaces in the northwest comer of your property will need to be vacated during
construction. This should be for approximately three (3) weeks. The contractor is to notify you one week
in advance of the work starting on your property.
The asphalt in these nine parking spaces will be saw cut prior to installation of the 8" waterline and will
be re -poured to match at the end of construction.
The line crossing College Avenue will be bored. This will result in a bore pit on your property which will '
be approximately 10 feet by 15 feet. Any asphalt removed for this bore pit will be re -poured to match at
the end of construction.
• Construction of this project is estimated to start during early summer (June) and to continue through the '
summer.
This letter will become a part of any contract made between the City of Fayetteville and the contractor who
bids this project. If thire are other uestions or ld (479) 444-3407, Holly Jones at (479)444-3414, or Sid Norbash, Constructiononal information be dEngineer at (479)ease t575 8205. at _
.E.
Maintenance Superintendent
I
I
I
113 WEST MOUNTAIN 72701 479-521-7700
FAX 479-575-8257
CI
I
' SECTION 01014
PROTECTION OF THE ENVIRONMENT
PARTI GENERAL
' 1.01 WORK AREAS
A. The Contractor shall maintain all work areas within and outside the project
boundaries free from environmental pollution which would be in violation to any
'federal, state, or local regulations.
1.02 PROTECTION OF TREES
A. The numerous large trees and ornamental trees along the pipeline route shall be
protected to the maximum extent possible. If it becomes apparent that the planned
' pipe route will result in damage to specific trees, and alternate routes may be possible
that would minimize damages, advise the Engineer to determine if route adjustments
can be made.
' 1.03 PROTECTION OF SEWERS
IA. Take adequate measures to prevent the impairment of the operation of the existing
sewer system. Prevent construction material, pavement, concrete, earth, or other
debris from entering a sewer or sewerage structure.
' 1.04 PROTECTION OF WATERWAYS
A. The Contractor shall observe the rules and regulations of the State of Arkansas and
' agencies of the United States Government prohibiting the pollution of stream or river
waters by dumping of any refuse, rubbish, or debris therein.
B. The Contractor shall be responsible for providing an approved method which will
handle, carry through, or divert around his work all flows, including storm flows so
as to prevent flooding damage to the property.
1.05 MAINTENANCE OF SEWAGE FLOW IN EXISTING LINES
IA. The Contractor shall be required to install temporary piping, temporary pumpstation,
or other facilities as necessary to maintain sewage flow in areas where the
construction activities would otherwise lead to raw sewage discharge.
' 1.06 DEWATERING
A. The Contractor shall construct, maintain, and operate all channels, flume drain,
'
sumps, pumps, and/or other temporary diversion and protection works, shall furnish
all materials required therefore, and shall furnish, install, maintain, and operate all
necessary pumping and other equipment for the environmentally -safe removal and
disposal of water from the various parts of the work.
I
IFY032142 Fayetteville North College Water Section 01014- I
I
1.07
A.
B.
1.08
1.09
1.10
PROTECTION OF AIR QUALITY
Trash burning will not be permitted on the construction site.
If temporary heating devices are necessary for protection of the work, such devices
shall be of an approved type that will not cause pollution of the air.
CONSTRUCTION NOISE CONTROL
A. The Contractor shall conduct all his work, use appropriate construction methods and
equipment, and furnish and install acoustical barriers, all as necessary so that no
noise emanating from the process or any related tool or equipment will exceed legal
noise levels.
NIGHTTIME WORK
A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7
A.M., he shall obtain approval of the Engineer and all necessary permits from the
appropriate agencies and make all necessary arrangements prior to commencing. The
City of Fayetteville has an ordinance governing noise levels during specific nighttime
hours. If the Contractor anticipates nighttime work, he should become familiar with
the noise restrictions.
EROSION CONTROL
A. The Contractor shall take steps to insure that excess erosion does not occur during the
construction process or during the period between the rough cleanup and the time
when a grass stand is established. Areas subject to erosion shall be protected with
hay bales, by spreading hay over the area, by temporary seeding, or by utilizing other
methods deemed appropriate by the Contractor. At points where lines cross creeks,
the potential for erosion of the backfilled creek bank shall be reduced by spreading
rip -rap over the affected area. Steps taken to prevent erosion shall not be a pay item.
Erosion control is a subsidiary of Earthwork, Trench Excavation, and Backfill
(Section 02200). Inadequate erosion control efforts will result in increased retainage
on this pay item.
1.11 PAYMENT
A. Payment for the work in this section will be included as part of the applicable unit
price bid amounts stated in the Proposal.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
I
L
Li
I
I
I
I
[1
I
I
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water Section 01014-2 ,
I
' SECTION 01016
SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY
PARTI GENERAL
' 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY
IA. The Contractor shall do whatever work is necessary for safety and be solely and
completely responsible for conditions of the jobsite, including safety of all persons
(including employees) and property during the Contract period. This requirement
' shall apply continuously and not be limited to normal working hours.
1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS
' A. Safety provisions shall conform to the Federal and State Department of Labor
Occupational Safety Health Act (OSHA), and all other applicable federal, state,
' county, and local laws, ordinances, codes, the requirements set forth herein, and any
regulations that may be specified in other parts of these Contract Documents. Where
any of these are in conflict, the more stringent requirements shall be followed. The
Contractor's failure to thoroughly familiarize himself with the aforementioned safety
provisions shall not relieve him from compliance with the obligations and penalties
set forth therein.
' B. The Contractor shall comply with trench safety regulations appended hereto.
1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT
' OFFICIALS
A. The Contractor shall at all times provide proper facilities for safe access to the work
' by authorized government officials.
1.04 CONSTRUCTION SAFETY PROGRAM
' A. The Contractor shall develop and maintain for the duration of this Contract, a safety
program that will effectively incorporate and implement all required safety
provisions. The Contractor shall appoint an employee who is qualified and
'authorized to supervise and enforce compliance with the safety program.
B. The duty of the Engineer to conduct construction review of the Contractor's
' performance is not intended to include a review or approval of the adequacy of the
Contractor's safety supervisors, the safety program, or any safety measures taken in,
on, or near the construction site.
I
I
IFY032142 Fayetteville North College Water Section 01016 - 1
I
1.05 SAFETY EQUIPMENT
A. The Contractor, as part of his safety program, shall maintain at his office or other
well-known place at the jobsite, safety equipment applicable to the work as
prescribed by the governing safety authorities, all articles necessary for giving
first -aid to the injured, and shall establish the procedure for the immediate removal to
a hospital or a doctor's care of any person who may be injured on the jobsite.
B. The performance of all work and all completed construction, particularly with respect
to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery
guards and the like, shall be in accordance with the applicable governing safety
authorities.
C. During construction, the Contractor shall construct and at all times maintain
satisfactory and substantial temporary chain link fencing, solid fencing, railing,
barricades or steel plates, as applicable, at all openings, obstructions, or other hazards
in sidewalks, floors, roofs, walkways, parking areas and driveways. All such barriers
shall have adequate warning lights as necessary, or required, for safety.
1.06 ACCIDENT REPORTS
A. If death or serious injuries or serious damages are caused, the accident shall be
reported immediately by telephone or messenger to the Engineer. In addition, the
Contractor must promptly report in writing to the Engineer all accidents whatsoever
arising out of, or in connection with, the performance of the work whether on, or
adjacent to, the site, giving full details and statements of witnesses.
B. If a claim is made by anyone against the Contractor or any subcontractor on account
of any accident, the Contractor shall promptly report the facts in writing to the
Engineer, giving full details of the claim.
1.07 TRAFFIC SAFETY AND ACCESS TO PROPERTY
A. Comply with all rules and regulations of the city, state, and county authorities
regarding closing or restricting the use of public streets or highways. No public or
private road shall be closed, except by express permission of the Owner. Conduct the
work so as to assure the least possible obstruction to traffic and normal commercial
pursuits. Protect all obstructions within traveled roadways by installing approved
signs, barricades, and lights where necessary for the safety of the public. The
convenience of the general public and residents adjacent to the project, and the
protection of persons and property are of prime importance and shall be provided for
in an adequate and satisfactory manner.
I
L
L
I
I
I
I
H
I
I
I
I
B. When flagmen and guards are required by regulation or when deemed necessary for
safety, they shall be furnished with approved orange wearing apparel and other
regulation traffic control devices.
I
I
FY032142 Fayetteville North College Water Section 01016-2 ,
I
I
I
I
I
I
H
I
H
H
11
TRAFFIC CONTROL
A. Traffic control procedures and devices used on all local, county, and state
rights -of -way shall meet the requirements of the applicable current laws and
regulations for traffic control.
ACCESS FOR POLICE
The Contractor
shall leave his night
emergency telephone
number or numbers with
the Fayetteville
Police Department,
so that contact may be
made easily at all times.
FIRE PREVENTION AND PROTECTION
A . The Contractor shall perform all work in a fire -safe manner and shall supply and
maintain on the site adequate fire -fighting equipment capable of extinguishing
incipient fires. The Contractor shall comply with applicable federal, local, and state
fire -prevention regulations. Where these regulations do not apply, applicable parts
of the National Fire Prevention Standards for Safeguarding Building Construction
Operations, (NFPA No. 241) shall be followed.
1.11 USE OF EXPLOSIVES
A. When explosives are used, the Contractor shall comply with all Federal, State and
Local Regulations. The Contractor shall take all precautions necessary to protect
lives, property, and utilities.
B. The Contractor shall obtain the services of a qualified seismic consultant to do a
preblast survey on all structures and utilities closer than 300 feet to determine the
condition of each before blasting. The seismic consultant shall install and operate
seismic monitoring equipment at structures closer than 300 feet.
C. A postblast survey will be made if complaints are received about damage due to
blasting.
D. The Contractor shall obtain a Certificate of Insurance covering such blasting
operations. The amount of such coverage shall be the same as the requirements for
public liability insurance in the General Conditions (Article 35).
E. The Contractor shall work out a mutual agreeable blasting procedure with the utility
companies before blasting adjacent to utilities. Certain utilities, including gas
pipelines and fiber optics, will not permit blasting within a minimum distance.
1.12 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE
CLAIMS
A. The Contractor shall establish vertical and horizontal survey control points on all
structures, and improvements, located in the vicinity of the blasting work prior to
beginning work, and shall periodically check the points for movements when directed
by the Engineer. The Contractor shall furnish the Engineer with copies of the survey
notes for each survey and a copy of the layout of the survey control points.
' FY032142 Fayetteville North College Water Section 01016-3
I
B. After the Contract is awarded and before the commencement of work, the Contractor '
shall make a thorough examination of all existing buildings, structures, and other
improvements in the vicinity of the work, as applicable, which might be damaged by
his operation.
C. Examination of existing buildings, structures, and other improvement in the vicinity
of the work shall be made jointly by authorized representatives of the Contractor, the
Owner, and the Engineer. The scope of the examination shall include cracks in
structures, settlement, leakage, and similar conditions.
D. Records of all observations shall be prepared by the Contractor and every copy of
every document shall be signed by the authorized representative of the Owner and of
the Contractor. One signed copy of every document and photograph will be kept in
file in the office of the Engineer.
E. The above records and photographs are intended to use as indisputable evidence in
ascertaining the extent of any damage which may occur as a result of the Contractor's
operations and are for the protection of the Contractor, and the Owner, and will be a
means of determining whether and to what extent damage, resulting from the ,
Contractor's operations, occurred during the Contract work.
1.13 CONTRACTOR TO SAFEGUARD EXISTING UTILITIES '
A. The Contractor shall perform all work, including excavation, dewatering, and
demolition operations, in such a manner as to avoid damage to existing water mains,
fire hydrants, sewer lines, gas mains, telephone and TV cables, power poles, lighting
standards, and all other existing utilities, public or private. See Section 01011, SITE
CONDITIONS.
1.14 PROTECTION OF PUBLIC/PRIVATE PROPERTY '
A. The Contractor shall employ such means and methods as necessary to adequately
protect public and private property against damage. In the event of damage to such
property, the Contractor shall, at his own expense, immediately restore the property
to a condition equal to its original condition and to the satisfaction of the Engineer
and the owner of said property.
B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings,
wrappings, sewers, conduit, or other existing utilities. Should the Contractor damage
or displace any of the above, the Contractor shall repair same to the satisfaction of the
Engineer and all expenses in connection therewith shall be borne solely by the
Contractor.
C. Some of the work to be done under this contract will be performed on private
property. A permanent and a temporary easement has been obtained from the
property owner for construction purposes. The easement does not permit the wanton
destruction of trees, shrubs, walls, water and sewer services, or other improvements.
The Contractor shall safeguard and restore the properties to a condition as near equal
as possible to that found prior to entering them. In some cases, particular instruction
will be given the Contractor relative to the protection of certain improvements, and in
all cases, lawns will be hand -raked (after all settlement of the trench backfill has ,
occurred) and seeded and fertilized. Since this work is being performed on behalf of
FY032142 Fayetteville North College Water Section 01016-4 ,
1.15
D.
A.
the City of Fayetteville, good public relations and cooperation with the property
owners shall be exercised by the Contractor.
The Contractor shall construct all necessary temporary fencing for the containment of
all pets in fenced lawns. Upon completion of the project all fencing will be repaired
to a permanent nature.
PAYMENT
Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01016-5
APPLICATIONS FOR PAYMENT
PARTI GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures for preparation and submittal of Applications for Payment.
1.02 RELATED REQUIREMENTS
A. Document 00500 - Owner -Contractor Agreement: Contract Sum, Amounts of
Progress Payments, and Retainages, and times for submittals.
B. Section 01300 - Submittals: Submittal procedures; Schedule of Values.
C. Section 01700- Contract Closeout: Final Payment.
1.03 FORMAT
A. For each item, provide a column for listing: Item Number; Description of Work;
Scheduled Value, Previous Applications; Work in Place; Stored Materials;
Authorized Change Orders; Total Completed and Stored to Date of Application;
Percentage of Completion; Balance to Finish; and Retainage.
1.04 PREPARATION OF APPLICATION
A. Type required information or use media -driven printout.
B. Execute certification by signature of authorized officer.
C. Provide dollar value in each column for each line item for portion of Work performed
and for stored products.
D. List each authorized Change Order as an extension on continuation sheet, listing
Change Order number and dollar amount as for an original item of Work.
E. Prepare Application for Final Payment as specified in Section 01700.
1.05 SUBMITTAL PROCEDURES
A. Submit five copies of each Application for Payment at times stipulated in Agreement.
B. Submit under transmittal letter specified in Section 01300.
1.06 SUBSTANTIATING DATA
A. Provide an invoice from the Material Supplier for every item of stored material for
which payment is requested.
FY032142 Fayetteville North College Water Section 01027 - 1
r
C.
PART 2
PART 3
When Engineer requires substantiating information, submit data justifying line item
amounts in question.
Provide one copy of data with cover letter for each copy of submittal. Show
Application number and date, and line item by number and description.
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01027-2
SECTION 01028
CHANGE ORDER PROCEDURES
PARTI GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures for processing Change Orders.
1.02 RELATED REQUIREMENTS
A. Section 01700 - Contract Closeout: Project record documents.
1.03 SUBMITTALS
A. Submit name of the individual authorized to accept changes, and to be responsible for
informing others in Contractor's employ of changes in the Work.
B. Change Order Form: As approved by the Engineer.
1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT
TIME
A. Document each quotation for a change in cost or time with sufficient data to allow
evaluation of the quotation.
B. Provide data to support computations:
1. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from Contract, similarly documented.
C. Support each claim for additional costs, and for work done, with additional
information:
1. Origin and date of claim.
2. Dates and times work was performed, and by whom.
3. Time records and wage rates paid.
FY032142 Fayetteville North College Water Section 01028 -1
I
I
4. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
1.05 PRELIMINARY PROCEDURES
A. Engineer may submit a Proposal Request which includes: Detailed description of
change with supplementary or revised Drawings and Specifications, the projected
time for executing the change and the period of time during which the requested price
will be considered valid.
B. Contractor may initiate a change by submittal of a request to Engineer describing the
proposed change with a statement of the reason for the change, and the effect on
Contract Sum and Contract Time with full documentation.
1.06 CONSTRUCTION CHANGE AUTHORIZATION - WORK DIRECTIVE CHANGE ,
A. Engineer may issue a directive, signed by Owner, instructing Contractor to proceed
with a change in the Work, for subsequent inclusion in a Change Order.
B. Directive will describe changes in the Work, and will designate method of
determining any change in Contract Sum or Contract Time.
C. Promptly execute the change in Work.
1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time ,
limits in Conditions of the Contract.
B. Engineer will determine the change allowable in Contract Sum and Contract Time as
provided in Conditions of the Contract.
1.08 EXECUTION OF CHANGE ORDERS '
A. Engineer will issue Change Orders for signatures of parties as provided in Conditions
of the Contract.
1.09 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record
each authorized Change Order as a separate line item and adjust the Contract Sum as
shown on Change Order.
B. Promptly enter changes in Project Record Documents.
I
FY032142 Fayetteville North College Water Section 01028 -2 ,
PART 2
PART 3
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01028 -3
SECTION 01070
CUTTING AND PATCHING
PARTI GENERAL
1.01 SCOPE
A. This Section includes the work required to provide complete, in place, cutting, fitting,
and patching of new and existing work.
1.02 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.03 DESCRIPTION
A. Execute cutting (including excavating), fitting, or patching of work, required to:
I. Make the several parts fit properly.
2. Uncover work to provide for installation of ill-timed work.
3. Remove and replace work not conforming to requirements of Contract
Documents.
4. Remove and replace defective work.
5. Install specified work in existing construction.
B. In addition to Contract requirements, upon written instructions of Engineer:
1. Uncover work to provide for Engineer's observation of covered work.
2. Remove samples of installed materials for testing.
3. Remove work to provide for alteration of existing work.
4. Do not endanger any work by cutting or altering work or any part of it.
5. Do not cut or alter work of another contractor without written consent of
Engineer
6. Do not cut structural or reinforcing steel without written consent of the
Engineer.
FY032142 Fayetteville North College Water Section 01070-I
I
1.04 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL
REQUIREMENTS.
I
L
1.05 SUBMITTALS I
A. Prior to cutting which affects structural safety of project, submit written notice to the
Engineer and other Prime Contractors, requesting consent to proceed with cutting.
B. Prior to "extra" cutting and patching done on instruction of Engineer, submit cost
estimate.
C. Should conditions of work, or schedule, indicate change of materials or methods,
submit written recommendation to Engineer, including:
1. Conditions indicating change.
2. Recommendations for alternative materials or methods.
3. Submittals as required for substitutions.
4. Submit written notice to Engineer, designating time work will be uncovered,
to provide for observation.
PART 2 MATERIALS
2.01 GENERAL
A. Materials for replacement of work removed shall comply with applicable sections of
these Specifications for type of work to be done.
I
I
I
I
I
I
U
I
B. Provide all tools and equipment required to accomplish cutting and patching. I
PART 3 EXECUTION
3.01 INSPECTION
A. Inspect existing conditions of work, including elements subject to movement or
damage during cutting, patching, excavation, and backfilling.
B. After uncovering work, inspect conditions affecting installation of new products.
3.02 PREPARATION
A. Prior to cutting, provide shoring and protection.
L
I
I
I
FY032142 Fayetteville North College Water Section 01070-2 '
11
3.03
I
I
I
' 3.04
1
' 3.05
1
A.
C
C.
A.
PERFORMANCE
Execute fitting and adjustment of products to provide finished installation to comply
with specified tolerance and finishes.
Restore work which has been cut or removed; install new products to provide
completed work in accordance with requirements of Contract Documents.
Refinish surfaces as practical to provide a finish which blends acceptably with the
existing finish.
RESTORATION
Restore structures and surfaces damaged during the course of this Contract that are to
remain in the completed work.
B. Restorations shall be done with new materials and appropriate methods as specified
elsewhere in these Specifications from new work of similar nature; or, if not
specified, best recommended practice of manufacturer, or appropriate trade
association.
C. Restore damaged work in such a way that there is a secure and intimate bond or
fastening between new and old work. Restored surfaces shall be finished to such
planes, shapes, and textures that no obvious transition between new and old work is
unduly noticeable in finished surfaces.
A.
' 3.06
' A.
1
1
1
CLEANING
Remove from site all debris, rubbish, and extra material caused by cutting and
patching.
PAYMENT
Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal.
END OF SECTION
FY032142 Fayetteville North College Water Section 01070-3
I
SECTION 01210
PRECONSTRUCTION CONFERENCES
' PARTI GENERAL
1.01 SUMMARY
' A. Contractor participation in preconstruction conferences.
1.02 RELATED SECTIONS
' A. Section 01009 - Summary of Work.
1.03 PRECONSTRUCTION CONFERENCE
A. Engineer will schedule conference as soon as practicable after receipt of approved
bonds and proof of insurance.
B. Attendance:
' I . Owner
2. Engineer
3. Contractor
4. Major Subcontractors
C. Agenda:
I. Distribution of Contract Documents.
2. Submittal of list of subcontractors, list of products, schedule of values, and
progress schedule.
3. Designation of responsible personnel.
4. Procedures and processing of field decisions, submittals, substitutions,
applications for payments, bid requests, change orders, and Contract
closeout procedures.
U5. Scheduling.
6. Responsibilities of Engineer.
7. Responsibilities of Owner.
• 8. Responsibilities of Contractor.
9. General Discussion of Contract.
10. Staking of Work.
11. Construction Observation.
12. Labor Requirements.
13. Rights -of -Way and Easements.
14. Other items as required by funding agencies.
'
15. Use of premises by Owner and Contractor.
16. Owner's requirements.
17. Construction facilities and controls provided by Owner.
'• 18. Temporary utilities provided by Owner.
19. Security and housekeeping procedures.
20. Schedules.
' 21. Procedures for testing.
22. Procedures for maintaining record documents.
IFY032142 Fayetteville North College Water Section 01210 - 1
23. Requirements for startup of equipment.
24. Inspection and acceptance of equipment put into service during construction
period.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01210-2
I
SECTION 01300
SUBMITTALS DURING CONSTRUCTION
' PARTI GENERAL
1.01 SUBMITTALS
' A. This Section outlines in general the items that the Contractor must prepare or
assemble for submittal during the progress of the work. Costs for the work under this
Section shall be included in the appropriate items of the Contractor's bid prices.
There is no attempt herein to state in detail all of the procedures and requirements for
each submittal. The Contractor's attention is directed to the individual Specification
sections in these Contract Documents which may contain additional and special
' submittal requirements. The Owner reserves the right to direct and modify the
procedures and requirements for submittals as necessary to accomplish the specific
purpose of each submittal. Should the Contractor be in doubt as to the procedure,
' purpose, or extent of any submittal, he should direct his inquiry to the Engineer.
1.02 ADMINISTRATIVE SUBMITTALS
' A. The Contractor shall provide all of the submittals required by the General Conditions,
Supplementary Conditions, and as may be specifically required in other parts of these
' Documents.
B. The Contractor is reminded of his obligation as required by law to make required
submittals promptly to the applicable Federal, state, or local agency. Failure to
' comply with this requirement may result in the withholding or progress payments and
make the Contractor liable for other prescribed action and sanctions.
PART 2 TECHNICAL SUBMITTALS
2.01 GENERAL
A. Requirements in this Section are in addition to any specific requirements for
tsubmittals specified in other Divisions and Sections of these Contract Documents.
B. Submittals to the Engineer shall be addressed to: McClelland Consulting Engineers,
Inc.; Attn: Mr. Robert White, P.O. Box 1229, Fayetteville, Arkansas 72702.
C. Submitted data shall be fully sufficient in detail for determination of compliance with
' the Contract Documents.
D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of
materials, and procedures submitted or requested by the Contractor shall not add to
' the Contract amount, and all additional costs which may result therefrom shall be
solely the obligation of the Contractor.
I
IFY032142 Fayetteville North College Water Section 01300-I
I
E. The Owner is not precluded, by virtue of review, acceptance, or approval, from
obtaining a credit for construction savings resulting from allowed concessions in the
work or materials therefore.
F. It shall not be the responsibility of the Owner to provide engineering or other services
to protect the Contractor from additional costs accruing from such approvals. ,
G. No equipment or material for which listings, drawings, or descriptive material is
required shall be fabricated, purchased, or installed until the Engineer has on hand
copies of such approved lists and the appropriately stamped final shop drawings.
H. Submittals will be acted upon by the Engineer as promptly as possible, and returned
to the Contractor not later than the time allowed for review in SHOP DRAWING
SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not
constitute reason for an extension of Contract time.
2.02 SHOP DRAWING SUBMITTAL PROCEDURE
A. See General and Supplemental Conditions.
2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM
A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's ,
Submittal form. The form shall be completely filled in with all applicable
information; failure to do so shall result in immediate rejection of the submitted
items.
2.04
SHOP DRAWING REQUIREMENTS
A. Shop drawings referred to herein shall include shop drawings and other submittals for
both shop and field -fabricated items. The Contractor shall submit, as applicable, the
following for all prefabricated or manufactured structural, mechanical, electrical,
plumbing, process systems, and equipment:
a. Shop drawings or equipment drawings, including dimensions, size
and location of connections to other work, and weight of equipment.
b. Catalog information and cuts.
I
I
I
I
c. Installation or placing drawings for equipment, drives, and bases.
d. Supporting calculations for equipment and associated supports, or
hangers required or specified to be designed by equipment
manufacturers.
e. Complete manufacturer's specifications, including materials
description and paint system.
I
I
f. Performance data. '
FY032142 Fayetteville North College Water
Section 01300-2 '
H
I
I
I
I
g. Suggested spare parts list with current price information.
h. List of special tools required for checking, testing, parts replacement,
and maintenance. (Special tools are those which have been specially
designed or adapted for use on parts of the equipment, and which are
not customarily and routinely carried by maintenance mechanics.)
i. List of special tools furnished with the equipment.
List of materials and supplies required for the equipment prior to, and
during start-up.
' k. List of materials and supplied furnished with the equipment.
I
ILI
Samples of finish colors for selection.
m. Special handling instructions.
n. Requirements for storage and protection prior to installation.
o. Requirements for routine maintenance required prior to start-up.
' 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS
I
I
I
I
I
I
I
A. In addition to the submittal requirements stated above, suppliers of
foreign -manufactured items shall submit the names and addresses of companies
within the United States that maintain technical service representatives and complete
inventory of spare parts and accessories for each foreign -made item proposed for
incorporation into the work. Failure to prove the foregoing capabilities shall be just
cause for rejection of the foreign -manufactured items.
2.06 RECORD DRAWINGS
A. The Engineer will prepare a set of Record Drawings for the project which will
include the changes made in materials, equipment, locations, and dimensions of the
work. Two weeks prior to Final Inspection, the Contractor shall submit to the
Engineer a current listing and description including marked -up prints of each change
incorporated into the work since the preceding submittal.
2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND
CORRELATION WITH OTHER WORK)
A. Where called for on the Specifications, and as determined necessary by the Engineer
to provide proper correlation with other equipment, complete interface information
shall be submitted. This interface information shall be accurate, and contain all
information necessary to allow the completion of detail design and construction of
the interfacing or connecting work. The Contractor shall include in his negotiation
for subcontract work, such agreements as may be necessary to ensure the accuracy of
subcontractor's interface submittal information. In the event additional costs are
incurred due to subsequent changes to information given in said interface
information, such additional costs shall be borne by the Contractor.
IFY032142 Fayetteville North College Water Section 01300 -3
I
I
2.08 SAMPLES AND TEST SPECIMENS
A. Where required in the Specifications, test specimens or samples of materials,
appliances, and fittings to be used or offered for use in connection with the Work
shall be submitted to the Engineer at the Contractor's expense, with information as to
their sources, with all cartage charges prepaid, and in such quantities and sizes as
may be required for proper examination and tests to establish the quality or equality
thereof, as applicable.
B. All samples and test specimens shall be submitted in ample time to enable the
Engineer to make any tests or examinations necessary without delay to the work. The
Contractor will be held responsible for any loss of time due to his neglect or failure to
deliver the required samples to the Engineer, as specified.
C. The Contractor shall submit additional samples as required by the Engineer to ensure
equality with the original approved sample and/or for determination of Specification
compliance.
D. Laboratory tests and examinations that the Owner elects to make at its own laboratory
will be made at no cost to the Contractor, except that, if a sample of any material or
equipment proposed for use by the Contractor fails to meet the Specifications, the
cost of testing subsequent samples shall be borne by the Contractor.
E. All tests required by the Specifications to be performed by an independent laboratory
shall be made by an approved laboratory. Certified test results of all specified tests
shall be submitted in duplicate to the Engineer. The samples furnished and the cost
for the laboratory services shall be at the expense of the Contractor and included in
the prices bid for the associated work.
2.09 CERTIFICATES OF COMPLIANCE
A. A Certificate of Compliance shall be furnished for materials specified to a recognized
standard or code prior to the use of any such materials in the work. The Engineer
may permit the use of certain materials or assemblies prior to sampling and testing if
accompanied by a Certificate of Compliance. The certificate shall be signed by the
manufacturer of the material or the manufacturer of assembled materials and shall
state that the materials involved comply in all respects with the requirements of the
Specifications. A Certificate of Compliance shall be furnished with each lot of
material delivered to the work and the lot so certified shall be clearly identified in
the certificate.
B. All materials used on the basis of a Certificate of Compliance may be sampled and
tested at any time. The fact that material is used on the basis of a Certificate of
Compliance shall not relieve the Contractor of responsibility for incorporating
material in the work which conforms to the requirements of the Contract Documents
and any such material not conforming to such requirements will be subject to
rejection whether in place or not.
C. The Engineer reserves the right to refuse permission for use as material on the basis
of a Certificate of Compliance.
FY032142 Fayetteville North College Water Section 01300-4
I
I
I
I
I
I
I
I
I
I
Li
I
I
I
I
Li
D. The form of the Certificate of Compliance and its disposition shall be as directed by
the Engineer.
E. Where Certification of Compliance is required in the Technical Specifications, the
Contractor shall obtain from the supplier/manufacturer a certification stating that the
particular piece of equipment or system will satisfy all requirements stated in the
related Specification Section(s).
2.10 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the proposal.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01300-5
I
I
SECTION 01311
SCHEDULE AND SEQUENCE OF OPERATIONS
' PARTI GENERAL
I
H
1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS
A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays
or legal holidays without the written permission of the Engineer. However,
emergency work during these hours may be done without prior permission.
' 1.02
A.
1.03
I
I
A.
B.
1
PART 2
2.01
I
I
' 2.02
I
I
SEQUENCE OF CONSTRUCTION
The Contractor shall submit a diagram or chart indicating the construction
sequencing and duration of each construction activity.
OVERALL SCHEDULE
Immediately after opening bids, the low bidder will prepare a detailed schedule
showing the sequence of work items to be accomplished.
Schedule to be comprised of construction operations covering Work in connection
with this Contract and shown in sufficient detail and with a minimum of work activi-
ties.
Final total number of activities is subject to approval of Engineer.
Work Activity: Activity for which manpower is required and must be
performed before the Project is considered complete.
PROGRESS OF THE WORK
GENERAL
A. The work shall be started within 10 days of the Notice to Proceed from the Owner,
and the work shall be executed with such progress as may be required to prevent any
delay to other contractors who may be working on other utilities in this vicinity, or to
the general completion of the project.
B. The work shall be executed at such times and in or on such parts of the project, and
with such forces, materials, and equipment to assure completion of the work in the
time established by the Contract.
OVERTIME NOTICE
A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS.
IFY032142 Fayetteville North College Water Section 01311-I
I
2.03
2.04
2.05
PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS
A. A Preconstruction Conference and Project Coordination Meetings shall be held per
the requirements of Section 01210 of these Specifications.
OVERALL SCHEDULE
A. The Contractor will be required to prepare and submit to the Engineer within 30 days
after the award of Contract, an Overall Schedule. The Overall Schedule shall be
comprised of construction operations covering all work to be done in connection with
the Contract.
B. The Overall Schedule covering work to be executed under the Contract shall be of
sufficient detail and shall have a minimum of work activities. The final total number
of activities shall be subject to the approval of the Engineer. A work activity is
defined as an activity for which manpower is required and must be performed before
the project is considered complete.
C. The Overall Schedule shall indicate the sequence of work and the time of starting and
completion of each part. It shall include, but not be limited to, the following items,
as they pertain to the respective contractors:
Shop drawing receipt from Contractor, submitted to the Engineer,
review, and return to Contractor.
2. Material and equipment order, manufacture, delivery, installation, and
check-out.
3. Piping and materials installation and surface restoration.
4. Performance tests and supervisory service activities.
5. Pressure testing and disinfection of the piping.
6. Transfer of the meter service lines from the old piping to the new piping.
7. Capping the existing mains at designated locations and abandoning the
existing mains and valves so designated.
8. Final cleaning. I
I
I
I
I
I
I
I
I
9. Allowance for inclement weather.
PAYMENT
I
A. No separate payment shall be made for work under this Section. ,
PART 3 EXECUTION
Not Used.
END OF SECTION
I
I
FY032142 Fayetteville North College Water Section 01311-2 ,
SECTION 01400
QUALITY CONTROL
PARTI
GENERAL
1.01
REQUIREMENTS INCLUDED
A.
General Quality Control.
B.
Workmanship.
C.
Manufacturers Instructions.
D.
Manufacturer's Certificates.
E.
Mockups.
F.
Manufacturers' Field Services.
G.
Testing Laboratory Services.
1.02
RELATED REQUIREMENTS
A.
Section 01300 - Submittals: Submittal of Manufacturer's Instructions.
B.
Section 02200: Tests required for earthwork.
C.
Section 03300: Tests required for concrete.
1.03
QUALITY CONTROL, GENERAL
A.
Maintain quality control over suppliers, manufacturers, products, services, site
conditions, and workmanship, to produce work of specified quality.
1.04
WORKMANSHIP
A.
Comply with industry standards except when more restrictive tolerances or specified
requirements indicate more rigid standards or more precise workmanship.
B.
Perform work by persons qualified to produce workmanship of specified quality.
C.
Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibration, and racking.
FY032142 Fayetteville North College Water Section 01400-I
I
I
1.05 MANUFACTURERS' INSTRUCTIONS I
A. Comply with instructions in full detail, including each step in sequence. Should
instructions conflict with Contract Documents, request clarification from Engineer
before proceeding.
C
1.06 MANUFACTURERS' CERTIFICATES I
A. When required by individual Specifications Section, submit manufacturer's
certificate, in duplicate, that products meet or exceed specified requirements.
1.07 MOCKUPS
Not used.
I
I
1.08 MANUFACTURERS' FIELD SERVICES '
A. When specified in respective Specification Sections, require supplier or manufacturer
to provide qualified personnel to observe field conditions, conditions of surfaces and
installation, quality of workmanship, start-up of equipment, test, adjust and balance
of equipment as applicable, and to make appropriate recommendations.
B. Representative shall submit written report to Engineer listing observations and
recommendations.
1.09 TESTING LABORATORY SERVICES
A. Owner will employ a Testing Laboratory to perform inspections, tests, and other
services required by individual Specification Sections.
B. Owner shall pay for initial laboratory testing of earthwork, base, asphalt, and
concrete. If, however, initial test fails, retesting must be paid for by the Contractor.
C. Services will be performed in accordance with requirements of governing authorities
and with specified standards.
D. Reports will be submitted to Engineer, Owner and Contractor giving observations
and results of tests, indicating compliance or non-compliance with specified
standards and with Contract Documents.
E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples
of materials, design mix, equipment, storage and assistance as requested.
1. Notify Engineer/Testing Laboratory 24 hours prior to expected time for
operations requiring testing services.
2. Make arrangements with Testing Laboratory and pay foradditional samples
and tests for Contractor's convenience.
FY032142 Fayetteville North College Water Section 01400-2
I
I
I
I
I
I
I
Li
I
I
PART 2 PRODUCTS
Not Used.
' PART 3 EXECUTION
Not Used.
' END OF SECTION
1
1
1
1
1
1
1
' FY032142 Fayetteville North College Water Section 01400-3
I
I
H
H
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01500
TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES
PARTI GENERAL
1.01 LAYOUT OF TEMPORARY FACILITIES
A. The Contractor shall make his own arrangements for storage of materials and
equipment in locations on and off the construction site. Security of the construction
work, materials, and equipment is the sole responsibility of the Contractor.
1.02 STORAGE BUILDINGS
A. The Contractor shalt erector provide as approved, temporary storage buildings of the
various sizes as required for the protection of mechanical and electrical equipment
and materials as recommended by manufacturers of such equipment and materials.
The buildings shall be provided with such environmental control systems that meet
recommendations of manufacturers of all equipment and materials stored in the
buildings. The buildings shall be of sufficient size and so arranged or partitioned to
provide security for their contents and provide ready access for inspection and
inventory. At or near the completion of the work, and as directed by the Engineer,
the temporary storage buildings shall be dismantled, removed from the site, and
remain the property of the Contractor.
B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a
well -ventilated building removed from other buildings.
1.03 STORAGE YARDS
A. The Contractor shall construct temporary storage yards for the storage of materials
that are not subject to damage by weather conditions. Materials such as pipe,
reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and
stored in a manner to allow ready access for inspection and inventory. Temporary
gravel surfacing of the storage yards shall meet with the approval of the Engineer and
Owner. Storage areas shall be restored to their initial condition once they are no
longer needed.
1.04 CONTRACTOR'S WORK AREA
A. The Contractor shall limit his operations and storage of equipment materials to the
areas authorized by individual property owners and approved by the Engineer and
Owner.
B. The Contractor shall maintain the area during construction in a manner that will not
obstruct operations of any existing roads. He shall proceed with his work in an
orderly manner, maintaining the construction site free of debris and unnecessary
equipment or materials.
IFY032142 Fayetteville North College Water Section 01500 - I
I
1.05 TEMPORARY ACCESS ROADS AND PARKING
A. The Contractor shall construct temporary construction access roads, parking areas,
and detours as are required to execute the work. The roads shall meet with the
approval of the Engineer, and be maintained in good condition until no longer
needed; at which time the temporary roads shall be removed and the area left in a
condition satisfactory to the property owner and Engineer.
1.06
A.
B.
C.
D.
PART 2
2.01
TEMPORARY WATER CONTROL
Rough grade site to prevent standing water and to direct surface drainage away from
excavations, trenches, adjoining properties, and public rights -of -way.
Maintain excavations and trenches free of water. Provide and operate pumping
equipment of a capacity to control water flow.
Provide piping to handle pumping outflow to discharge in a manner to avoid erosion
or deposit of silt.
Remove equipment and installation when no longer needed.
UTILITIES
CODES AND SAFETY
A. The Contractor shall be responsible for obtaining inspections and paying for permits
required for the installation of all temporary utilities. Also, the Contractor shall be
solely responsible for the safe use/operation of all temporary utilities.
2.02 SANITARY FACILITIES
A. The Contractor shall provide and maintain sanitary facilities for his employees and
his subcontractors' employees that will comply with the regulations of the local and
State health departments and as directed by the Engineer.
11
C1
I
I
I
I
I
I
I
I
I
2.03 TEMPORARY WATER I
A. The Owner will provide a place of temporary connection for water near the site if the
Contractor desires and if it can be determined that the Contractor's usage will not
interfere with the Owner's normal requirements. The Contractor shall provide all
temporary piping required to bring the water to the point of use and remove it when
no longer needed. The Contractor shall make a conscientious effort to conserve
water in his uses.
I
I
B. The Contractor will provide required pumps, pressure tanks, etc. if necessary to boost
pressure at his points of usage.
I
FY032142 Fayetteville North College Water Section 01500-2 ,
1I
2.04 WATER FOR TESTING
IA. The Owner shall provide the necessary water required for testing equipment and
water lines prior to acceptance of the work, unless otherwise specifically stated in the
' Specifications for the equipment, system, or facility.
B. In the event that the water lines leak, requiring refilling and retesting, the Contractor
shall pay for the water required for second and subsequent filling and testing.
Payment will be made in accordance with the City's water rates.
2.05 PROTECTION OF THE FINISHED CONSTRUCTION
A. The Contractor shall assume the responsibility for the protection of all finished
construction and shall repair and restore any and all damage to finished work to its
' original or better state.
2.06 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES
' A. At such time or times any temporary construction facilities and utilities arc no longer
required for the work, the Contractor shall notify the Engineer of his intent and
' schedule for removal of the temporary facilities and utilities, and obtain the
Engineer's approval before removing the same. As approved, the Contractor shall
remove the temporary facilities and utilities from the site as his property and leave
' the site in such condition as specified, as directed by the Engineer, and/or as shown
on the Drawings.
B. In unfinished areas, the condition of the site shall be left in a condition that will
restore original drainage, evenly graded, seeded as necessary, and left with an
appearance equal to, or better than, original.
2.07 PAYMENT
A. Payment for the work under this Section will be included as part of the unit price bid
amounts stated in the Proposal.
PART 3 EXECUTION
Not Used.
1
END OF SECTION
I
IFY032142 Fayetteville North College Water
Section 01500-3
SECTION 01600
MATERIAL AND EQUIPMENT SHIPMENT,
HANDLING. STORAGE. AND PROTECTION
PARTI
GENERAL
1.01
REQUIREMENTS INCLUDED
A.
Products.
B.
Transportation and Handling.
C.
Storage and Protection.
D.
Product Options.
E.
Products List.
F.
Substitutions.
G.
Systems Demonstration.
1.02
RELATED REQUIREMENTS
A.
Section 01009- Administrative Provisions: Summary of Work
B.
Section 01400 - Quality Control: Submittal of manufacturers' certificates.
1.03
PRODUCTS
A.
Products include material, equipment, and systems.
B.
Comply with Specifications and referenced standards as minimum requirements.
C.
Components required to be supplied in quantity within a Specification Section shall
be the same, and shall be interchangeable.
D.
Do not use materials and equipment removed from existing structure.
1.04
TRANSPORTATION AND HANDLING
A.
Transport products by methods to avoid product damage; deliver in undamaged
condition in manufacturer's unopened containers or packaging, dry.
B.
Provide equipment and personnel to handle products by methods to prevent soiling or
damage.
C.
Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
FY032142 Fayetteville North College Water Section 01600-I
I
1.05 STORAGE AND PROTECTION
A. Store products in accordance with manufacturer's instructions, with seals and labels
intact and legible. Store sensitive products in weather -tight enclosures; maintain
within temperature and humidity ranges required by manufacturer's instructions.
B. For exterior storage of fabricated products, place on sloped supports above ground.
Cover products subject to deterioration with impervious sheet covering; provide
ventilation to avoid condensation.
C. Store loose granular materials on solid surfaces in a well -drained area; prevent
mixing with foreign matter.
D. Arrange storage to provide access for inspection. Periodically inspect to assure
products are undamaged, and are maintained under required conditions.
1.06 PRODUCT OPTIONS
L
L
I
I
I
A. Not Used. '
1.07 PRODUCTS LIST
A. Not Used. I
1.08 SUBSTITUTIONS
A. Document each request for substitution with complete data substantiating
compliance of proposed substitution with Contract Documents.
B. Request constitutes a representation that Contractor:
Has investigated proposed product and determined that it meets or exceeds, in
all respects, specified product.
I
I
I
2. Will provide the same warranty for substitution as for specified product. '
Will coordinate installation and make other changes which may be required
for Work to be complete in all respects.
4. Waives claims for additional costs which may subsequently become apparent
C. Substitutions will not be considered when they are indicated or implied on shop
drawing or product data submittals without separate written request, or when
acceptance will require substantial revision of Contract Documents, or when said
substitution will not result in significant cost savings to the Owner, or result in some
material advantage being gained by the Owner.
D. Engineer will determine acceptability of proposed substitution, and will notify
Contractor of acceptance or rejection in writing within a reasonable time following
the opening of Bids.
I
I
I
I
I
FY032142 Fayetteville North College Water Section 01600-2 ,
E.
1.09
A.
PART 2
PART 3
Only one request for substitution will be considered for each product. When
substitution is not accepted, provide specified product.
SYSTEMS DEMONSTRATION
Prior to final inspection, demonstrate operation of each system to Engineer and
Owner.
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01600-3
I
I
' PARTI GENERAL
1.01 SCOPE
1 MU[IR[IIVDhI]
CONTRACT CLOSEOUT
' A. This Section outlines the procedure to be followed in closing out all contracts.
I
I
11
H
11
[]
I
I
I
I
1.02 SUBSTANTIAL COMPLETION
A. The substantial completion date for the Contract shall be established as stated in the
General Conditions.
1.03 FINAL INSPECTION
' 1.04
I
I
A. After final cleaning and upon written notice from the Contractor that the work is
completed, the Engineer will make a preliminary inspection with the Owner and
Contractor present. Upon completion of this preliminary inspection, the Engineer
will notify the Contractor, in writing, of any particulars in which this inspection
reveals that the work is defective or incomplete.
B. Upon receiving written notice from the Engineer, the Contractor shall immediately
undertake the work required to remedy defects and complete the work to the
satisfaction of the Owner.
C. When the Contractor has corrected or completed the items as listed in the Engineer's
written notice, he shall inform the Engineer, in writing, that the required work has
been completed. Upon receipt of this notice, the Engineer, in the presence of the
Owner and Contractor, shall make his final inspection of the project.
D. Should the Engineer find all work satisfactory at the time of his inspection, the
Contractor will be allowed to make application for final payment in accordance with
the provisions of the General Conditions. Should the Engineer still find deficiencies
in the work, the Engineer will inform the Contractor of the deficiencies and will
deny the Contractor's request for final payment until such time as the Contractor has
satisfactorily completed the required work.
E. All water courses, gutters, and ditches shall be opened and left in a condition
satisfactory to the Engineer.
FINAL SUBMITTALS
A. No contract will be finalized until all of the following have been submitted as
required in Section 01300, SUBMITTALS DURING CONSTRUCTION.
I. Final shop drawings
2. Record drawings
3. Interface information
IFY032142 Fayetteville North College Water Section 01700- I
I
B. No contract will be finalized until all submittals required in Section 01720,
PROJECT RECORD DOCUMENTS, have been submitted.
1.05 GUARANTEES, BONDS, AND AFFIDAVITS
A. No contract will be finalized until all guarantees, performance tests, bonds,
certificates, licenses, and affidavits required for work or equipment as specified are
satisfactorily filed with the Owner.
1.1
I
1.06 ACCESSORY ITEMS I
A. All Contractors furnishing and/or installing equipment on this project shall provide to
the Owner, upon acceptance of the equipment, all special accessories required to
place each item of equipment in full operation. These special accessory items
include, but are not limited to, adequate oil and grease as required for the first
lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other
expendable items as required for initial startup and operation of all equipment.
1.07 RELEASE OF LIENS OR CLAIMS
A. No contract will be finalized until satisfactory evidence of release of liens has been
submitted to the Owner as required by the General Conditions.
1.08 FINAL PAYMENT
A. Final payment will be made to the Contractor in accordance with the General
Conditions.
F I
I
I
I
I
PART2 PRODUCTS t
Not Used.
I
PART 3 EXECUTION 1
Not Used.
END OF SECTION
I
I
H
FY032142 Fayetteville North College Water Section 01700-2 ,
I
I
I
PARTI GENERAL
1.01 SCOPE
I
I
I
H
' 1.02
H
H
I
I
I
I
I
I
SECTION 01710
CLEAN-UP
A. This Section covers the work necessary for cleaning during construction and final
cleaning on completion of the work.
B. At all times maintain areas covered by the Contract and public and private properties
free from accumulations of waste, debris, and rubbish caused by construction
operations.
C. Conduct cleaning and disposal operations to comply with local ordinances and
anti -pollution laws. Do not bum or bury rubbish and waste materials on project site.
Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm
or sanitary drains. Do no dispose of wastes into streams or waterways.
D. Use only cleaning materials recommended by manufacturer of surface to be cleaned.
E. Use cleaning materials only on surfaces recommended by cleaning material
manufacturers.
CLEANING DURING CONSTRUCTION
A. During execution of work, clean site and all properties (public and private) and
dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and
properties are maintained free from accumulations of waste materials and rubbish.
B.
C.
D.
E.
F.
G.
H.
Wet down dry materials and rubbish to lay dust and prevent blowing dust.
Provide approved containers for collection and disposal of waste materials, debris,
and rubbish.
Remove grease, dust, dirt, stains, labels, and other foreign materials from exposed
and semi -exposed surfaces.
Repair, patch, and touch up marred surfaces to specified finish to match adjacent
surfaces.
Broom clean paved surfaces, rake clean other surfaces or grounds.
Handle materials in a controlled manner with as few handlings as possible; do not
drop or throw materials from heights.
Schedule cleaning operations so that dust and other contaminants resulting from
cleaning process will not fall on wet, newly painted surfaces.
IFY032142 Fayetteville North College Water Section 01710-I
1.03 FINAL CLEANING
A. At the completion of work on all contracts and immediately prior to final inspection,
cleaning of the entire project will be accomplished.
B. Employ experienced workers, or professional cleaners, for final cleaning.
C. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent
surfaces.
D. Remove from the Owner's property all temporary structures and all materials,
equipment, and appurtenances not required as a part of, or appurtenant to, the
completed work. See Section 01500, TEMPORARY CONSTRUCTION
FACILITIES AND UTILITIES.
1.04 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal.
PART2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01710 -2
SECTION 01720
PROJECT RECORD DOCUMENTS
PARTI
GENERAL
1.01
REQUIREMENTS INCLUDED
A.
Maintenance of Record Documents and Samples.
B.
Submittal of Record Documents and Samples.
1.02
RELATED REQUIREMENTS
A.
Document 00700 - General Conditions: Documents at the site.
B.
Section 01300- Submittals: Shop drawings, product data, and samples.
C.
Section 01700 - Contract Closeout: Closeout procedures.
D.
Section 01700 - Contract Closeout: Operation and maintenance data.
E.
Individual Specifications Sections: Manufacturer's certificates and certificates of
inspection.
1.03
MAINTENANCE OF DOCUMENTS AND SAMPLES
A.
In addition to requirements in General Conditions, maintain at the site one record
copy of:
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
6. Field test records.
7. Inspection certificates.
8. Manufacturer's certificates.
B.
Store Record Documents in Field Office apart from documents used for construction.
Provide files, racks, and secure storage for Record Documents.
FY032142 Fayetteville North College Water Section 01720- I
C
C. Label and file Record Documents in accordance with Section number listing in Table
of Contents of this Project Manual. Label each document "PROJECT RECORD" in
neat, large, printed letters.
D.
E.
1.04
A.
B.
C.
D.
1.05
E.
F
A.
Maintain Record Documents in a clean, dry and legible condition. Do not use
Record Documents for construction purposes.
Keep Record Documents and samples available for inspection by Engineer.
RECORDING
Record information on a set of blue line opaque drawings, and in a copy of a Project
Manual.
Provide felt tip marking pens, maintaining separate colors for each major system, for
recording information.
Record information concurrently with construction progress. Do not conceal any
work until required information is recorded.
Contract Drawings and Shop Drawings: Legibly mark each item to record actual
construction, including:
Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
2. Field changes of dimension and detail.
C
L
n
I
L
L
L
I
L
3. Changes made by Modifications. '
4. Details not on original Contract Drawings.
Specifications: Legibly mark each item to record actual construction, including:
1. Manufacturer, trade name, and catalog number of each product actually
installed, particularly optional items and substitute items.
I
I
2. Changes made by Addenda and Modifications. '
Other Documents: Maintain manufacturer's certifications, inspection certifications,
field test records, etc., required by individual Specifications sections.
SUBMITTALS
At Contract closeout, deliver Record Documents and samples under provisions of
Section 01700.
I
I
I
I
FY032142 Fayetteville North College Water Section 01720-2 '
B. Transmit with cover letter in duplicate, listing:
1. Date.
2. Project title and number.
3. Contractor's name, address, and telephone number.
4. Number and title of each Record Document.
5. Signature of Contractor or authorized representative.
PART2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 01720-3
I
SECTION 02102
CLEARING, GRUBBING, AND STRIPPING
1
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary to remove all interfering or objectionable
material from the designated areas of work.
B. This work shall also include the preservation from injury or defacement of all
vegetation and existing objects designated to remain.
C. Review with the Engineers Representative the location, limits, and methods to be
used prior to commencing the work under this Section.
' PART 2 MATERIALS AND PROCEDURES
2.01 GENERAL
A. Provide all materials, suitable and in adequate quantity, required to accomplish the
work as specified herein.
' 2.02 CLEARING - DEFINITION
A. Clearing shall consist of cutting, removing, and disposing of trees, snags, stumps,
shrubs, brush, limbs, and other vegetative growth, and shall be performed in such a
manner as to remove all evidence of their presence from the surface and shall be
inclusive of sticks and branches greater than 2 inches in diameter or thickness.
Clearing shall also include the removal and disposal of trash piles, rubbish, and
fencing; and the preservation of trees, shrubs, and vegetative growth which are not
designated for removal.
' 2.03 CUTTING TIMBER
A. Not required.
2.04 PRESERVATION OF TREES, SHRUBS AND OTHER VEGETATION
' A. Protect trees, shrubbery and other vegetation not designated for removal from
damage resulting from the Work. Cut and remove tree branches only where, in the
opinion of the Engineer, such cutting is necessary to effect construction operation.
Remove branches other than those required to effect the work to provide a balanced
appearance of any tree, as approved prior to removal. Scars resulting from the
removal of branches shall be treated with an approved tree sealant.
C
IFY032142 Fayetteville North College Water Section 02102 - I
I
B. Trees and shrubbery adjacent to the water line easements shall be protected and
preserved to the maximum extent possible. Damage to vegetation outside the limits
of the permanent and construction easements may result in damage claims against the
Contractor.
C. Ornamental trees, shrubs, fruit trees, etc., shall be protected from damage even if they
are located within the limits of the pipeline easement. Obtain Engineer's approval to
modify the pipe route, it alternative routes will minimize impact on these plantings.
If such plantings must be removed, protect and replant the plantings. If plantings are
damaged during the process or if they die during the one year warranty period,
replace the planting in kind.
2.05 GRUBBING - DEFINITION
A. Grubbing shall consist of the removal and disposal of wood or root matter below the
ground surface remaining after clearing and shall include stumps, trunks, roots, or
root systems greater than 2 inches in diameter or thickness to a depth of 18 inches
below the ground surface.
2.06 CLEARING AND GRUBBING LIMITS
A. All areas within the limits of construction upon which fill is to be placed, structures
or reservoirs built, excavations made, or, access roads constructed, shall be cleared
and grubbed. These areas shall be cleared and grubbed in stages as the construction
area is increased, to ensure that no more clearing and grubbing is done than
necessary.
B. Grubbing may be restricted to those areas defined in Paragraph A, at the Contractor's
discretion. Grubbing along water or sewer lines is required only within the limits of
the trench width.
2.07 DISPOSAL OF CLEARING AND GRUBBING DEBRIS
A. Burning is not allowed.
B. Clearing and grubbing debris shall be promptly removed from the site and disposed
of in accordance with all local laws, codes, and ordinances. The Contractor shall
bear full responsibility for lawful and safe disposal of all cleared and grubbed
material. Excess earth and rock shall be disposed of off -site, at the Contractor's sole
expense.
2.08 STRIPPING - DEFINITION
A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and
grass roots, and other objectionable material remaining after clearing and grubbing
from the areas designated to be stripped. The exact depth of stripping will be
determined by the Engineer. Topsoil requirements are specified in Section 02200,
EARTHWORK.
H
H
Ti
I
I
H
I
I
I
C
C
I
I
I
L
C
I
FY032142 Fayetteville North College Water
Section 02102-2 ,
2.09 DISPOSAL OF STRIPPINGS
A. Topsoil from the strippings shall be stockpiled and used for the finished site grading.
Excess topsoil may be graded evenly over the Owner's property, or disposed of
off -site at the Contractor's option.
2.10 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable unit
price or lump sum amounts stated in the Proposal. No separate payment will be
made.
PART 3 EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 02102-3
I
SECTION 02150
' STORM WATER POLLUTION PREVENTION
' PARTI GENERAL
' 1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract including GENERAL and
SUPPLEMENTARY CONDITIONS, and other Division I Specifications Sections
'apply to the Work specified in this Section.
1.02 SCOPE
' A. This work shall consist of temporary erosion control measures needed to control
erosion and water pollution, through the use of berms, sediment basins, sediment
' dams, fiber glass roving, silt fences, brush barriers, baled straw erosion checks,
temporary flexible pipe slope drains and temporary seeding.
' B. Temporary erosion control measures shall be performed promptly when problem
conditions exist or when potential problems are anticipated in certain areas in order
to minimize soil erosion and siltation. The temporary erosion control measures shall
be properly maintained until permanent erosion control features are functioning
properly.
I
I
C. The Contractor shall comply with all Federal, State and local laws and regulations
controlling pollution of the environment. He shall take necessary precautions to
prevent pollution of streams, lakes, ponds and reservoirs with fuel, oils, bitumens,
chemicals, soil sedimentation or other harmful materials and to prevent pollution of
the atmosphere from particulate gaseous matter.
1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS
IA. Section 02102 - Clearing, Grubbing and Stripping
I
I
U
I
B. Section 02200 - Earthwork, Trench Excavation and Backfill.
1.04 QUALITY CONTROL
A. At the Preconstruction Conference or prior to the start of the applicable construction,
the Contractor shall submit, to the Owner and Engineer, his schedule for the
accomplishment of temporary and permanent erosion control work as is applicable
for clearing, grubbing, trenching, and backfill. The location of the project, nature of
the soil, topographic features and proximity to water courses shall be considered
when imposing such limitations.
IFY032142 Fayetteville North College Water Section 02150 - I
I
H
PART 2 MATERIALS
2.01 SEED AND FERTILIZER
A. See Section 02485. ,
2.02 STRAW BALES
A. Straw shall be the threshed plant residue of oats, wheat, barley, rye or rice from
which the grain has been removed.
2.03 FENCE OR WIRE FABRIC
A. The fence fabric shall be a commercial grade of woven wire fence fabric. The wire
fabric shall be a welded wire fabric.
H
I
I
2.04 FILTER FABRIC I
A. Install filter fabric where necessary to control erosion.
PART 3 EXECUTION t
3.01 PERMITTING ,
A. A permit and Storm Water Pollution Prevention Plan is required since the area to be
disturbed is more than one acre.
3.02 EROSION CONTROL
A. The Contractor shall schedule and conduct his operations in such a manner as to
insure good erosion control practices so as to minimize soil erosion and prevent the
contamination of and depositing of sediment in adjacent streams or other water
courses, lakes, ponds, and other areas of water impoundment. Temporary erosion
control measures which will contribute to the control of erosion and sedimentation
shall be carried out in conjunction with clearing and grubbing and trenching
operations.
B. Permanent erosion control devices or measures shall consist of culvert pipe, terraces,
gutters, bituminous curb, sectional drains, permanent slope drains, and the
establishment of permanent vegetation (seeding), and when included in the contract
they shall be incorporated in the construction with the least delay. Trenched area
shall be seeded as the excavation proceeds to the extend considered by the Engineer
as desirable or practicable.
I
I
I
I
I
I
I
H
FY032142 Fayetteville North College Water Section 02150-2 '
I
I
C. The Contractor shall also conform to the following practices and controls:
C
I
I
H
I
'I
I
I
I
I
H
I
I
I
I
I
I
When the material is trenched erosion of the slopes shall be so
controlled both during and after completion of the work that
erosion will be minimized and sediment will not enter
streams, wetlands or other bodies of water. Haul roads shall
be located and constructed in a manner that will keep
sediment from entering streams.
2. Pollutants such as fuels, lubricants, bitumens, raw sewage and
other harmful materials shall not be discharged into or near
rivers, streams or impoundments or into natural or man made
channels leading thereto. Wash water or waste from concrete
mixing operations shall not be allowed to enter live streams.
All applicable regulations of agencies and statues relating to
the prevention and abatement of pollution shall be complied
within the performance of the contract.
E. All temporary erosion and sediment control structures shall be constructed as
required to control erosion. All temporary structures shall be maintained in proper
operating condition during the construction period until the seeding and fertilizing
operation has been completed and the grass has been established in accordance with
Section 02485 of the Specifications.
F. Temporary erosion and sediment control, structures shall be maintained throughout
the Contractors contract period. The temporary structures shall be removed and the
site cleaned up only after the end of construction activity and the seeding and
fertilizing operations are complete and the grass has been established.
3.03 INSPECTION
A. The Contractor shall appoint as necessary, a qualified person(s) to conduct regularly
scheduled inspections during his contract. Inspections shall be conducted, with a
minimum frequency of every fourteen (14) calendar days or within 24 hours
following the end of at least a 0.5 inch (Vz inch) rainfall event, whichever is earliest.
During the inspection, the following areas (as a minimum) will be inspected:
Disturbed Areas - All areas of disturbed soil i.e. bare soil
with no ground cover shall be inspected for signs of washing
and erosion.
2. Material Storage Area - All central storage areas where
materials/chemicals are stored for signs of spills, leaks and
possible contamination.
3. Erosion and Sediment Control Measures - Inspect all erosion
and sediment control measures for signs of wear, damage,
remaining capacity level, usefulness, etc.
FY032142 Fayetteville North College Water Section 02150-3
I
4. Discharge Locations - Immediately following, and possibly
during, a significant rainfall event, inspect all discharge
locations to ascertain the effectiveness of the control
measures.
Entrance/Exit Locations - Inspect all exit points from the site
for evidence of vehicle tracking.
The inspector shall complete an inspection form for each inspection
performed. As a minimum, the inspection form shall contain the following
information:
o Name and location of project.
o Name and title of the inspector.
o Date and time of the inspection.
o Scope of the inspection.
o Major observations made during the inspection.
o Actions taken as a result of the inspection.
3.04 MAINTENANCE OF ROADWAYS
A. The existing paved roadways at and adjacent to the construction locations shall be
maintained in a clean and passable condition by the Contractor. When required or as
requested by the Owner, AHTD, or the Engineer, the Contractor shall broom or wash
the existing paved roadways to remove excess mud or dirt at the construction area
and for a reasonable length of the existing roadway beyond the construction area.
The work shall not be paid for directly, but shall be considered incidental to the other
items of work and the cost included as a part of the work.
3.05 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable unit
price or lump sum amount stated in the Proposal. No separate payment will be made.
END OF SECTION
I
I
r
C
I
I
I
I
I
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water Section 02150-4 ,
U
I
I
I
I
I
I
I
I
I
I
I
SECTION 02200
EARTHWORK, TRENCH EXCAVATION AND BACKFILL
' :: �T�► X1;7:11
1.01 SCOPE
A. This Section covers the work necessary for the earthwork, trenching and backfilling
complete.
1.02 DEFINITIONS - RELATIVE COMPACTION
A. "Relative compaction" is defined as the ratio, in percent, of the as -compacted field
dry density to the laboratory maximum dry density as determined by the Standard
Proctor Test, ASTM D698. Corrections for oversize material shall be applied as
required by the most current version of ASTM D-698 and in accordance with ASTM
D-4718.
1.03 DEFINITIONS - OPTIMUM MOISTURE CONTENT
A. "Optimum moisture content" is defined as the moisture content of the material for
which the maximum dry density is obtained as determined by ASTM D698.
Corrections for oversized material shall be applied as required by the most current
version of ASTM D-698 and in accordance with ASTM D-4718.
1.04 SUBMITTALS
A. Submittals shall be made in accordance with
SECTION 01300, SUBMITTALS DURING
requirements of this section.
B. Provide the following submittals:
Samples for all imported material.
IPART 2 MATERIALS
I
I
H
2.01 GENERAL
the GENERAL CONDITIONS,
CONSTRUCTION, and the
A. Provide all labor, materials, and equipment necessary to accomplish the work
specified in this Section.
2.02 COMMON EXCAVATION
A. Complete all common excavation regardless of the type, nature, or condition of the
materials encountered. The Contractor shall make his own estimate of the kind and
extent of the various materials to be excavated in order to accomplish the work.
' FY032142 Fayetteville North College Water Section 02200-1
2.03
2.04
2.05
2.06
2.07
r M3
EARTH FILL
A. Excavated material free from roots, organic matter, trash, debris, rocks larger than 3
inches, and other deleterious materials. Suitable material may be obtained by the
Contractor from the excavation for the proposed pipelines. Provide imported
material of equivalent quality, if required to accomplish the work. Imported material
shall be provided at the Contractor's sole expense.
GRANULAR FILL
A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed
rock, free from dirt, clay balls, and organic material, well graded from coarse to fine,
containing sufficient finer material for proper compaction, and less than 8 percent by
weight passing the No. 200 sieve. Arkansas Highway and Transportation
Department classification "Class -7 Base" shall qualify as GRANULAR FILL
material.
SAND
A. Imported natural sand or sand produced from crushed gravel or crushed rock,
maximum size 5/16 inch, 80 percent shall pass a No. 4 sieve, free from clay and
organic material, with a maximum of 8 percent passing the No. 200 sieve.
GRIT
A. Imported crushed limestone screenings from concrete coarse aggregate, maximum
size'/z inch. Waste material from mining operations shall not be used.
TRENCH STABILIZATION MATERIAL
A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic
matter; well crushed gravel or crushed rock graded with less than 8 percent by weight
passing the 1/4 -inch sieve. Submit samples for approval prior to delivery of the
material to the site.
GRANULAR PIPE BASE AND PIPE ZONE MATERIAL
A. Granular pipe base and pipe zone material for PVC pipe, as required by the typical
trench details appended hereto, shall be SAND, GRIT, or materials meeting the
requirements of ASTM D448, Size #67 (1" maximum size, 90% passing a 3/4 -inch
sieve). Additionally, Class 7 Base may be used as granular pipe base and pipe zone
material with ductile iron pipe. Waste material from mining operations shall not be
used.
I
I
I
11
I
I
I
L
LI
I
I
I
L
I
I
I
I
FY032142 Fayetteville North College Water
Section 02200-2 t
I
Li
2.09 NATIVE PIPE BASE AND PIPE ZONE MATERIAL
H
I
I
I
I
I
A. Not used.
2.10 BACKFILL ABOVE THE PIPE ZONE
A. Materials from the excavation containing no particles larger than 6 -inch diameter,
free from roots, debris, and organic material, when not otherwise specified on
Drawings or Details.
2.11 TOPSOIL
A. Selected topsoil at the site, properly stored and protected, free from roots, sticks, hard
clay, and stones which will not pass through a 3 -inch square opening. Remove
existing grass and overburden before topsoil is excavated. Provide imported topsoil
of equal quality if required to accomplish the work.
B. Where the trench is located in an existing alley, drive, or street, the trench shall be
backfilled with Class -7 Base to the elevation and density indicated on the Drawing
details.
' 2.12 FLOWABLE SELECT MATERIALS
I
I
A. The flowable select materials (flowable fill) shall be a plant mixed slurry of sand
cement, flyash and water in a ratio of 28001b: 80-1001b: 220-3001b (max). This
mixture shall be required to meet the minimum criteria of a compressive strength of
75 psi to 150 psi at 28 days. The specifications for the sand, cement, and flyash are
found in Sections 03300 of these specifications.
2.13 WATER FOR COMPACTION
A. Furnish as required.
' 2.14 COMPACTION EQUIPMENT
I
C
A. Compaction equipment shall be of suitable type and adequate to obtain the densities
specified.
B. Compaction equipment shall be operated in strict accordance with the manufacturer's
instructions and recommendations. Equipment shall be maintained in such condition
that it will deliver the manufacturer's rated compactive effort. Hand -operated
equipment shall be capable of achieving the specified densities.
' 2.15 MOISTURE CONTROL EQUIPMENT
H
I
A. Equipment for applying water shall be of a type and quality adequate for the work,
shall not leak, and shall be equipped with a distributor bar or other approved device
to assure uniform application. Equipment for mixing and drying out material shall
consist of blades, discs, or other approved equipment.
IFY032142 Fayetteville North College Water Section 02200-3
2.16 ROCK EXCAVATION
A. Rock excavation is not a separate pay item and rock quantities will not be measured.
Complete all excavation required for the construction of the water system
components without regard to the type of materials to be encountered. The
Contractor shall make soil investigations as he considers necessary for his own
determination of the types of materials existing at the site.
PART 3
3.01
A.
3.02
3.03
3.04
EXECUTION
CLEARING, GRUBBING, AND STRIPPING
Complete clearing and grubbing work as specified in Section 02102, CLEARING,
GRUBBING, AND STRIPPING, prior to beginning work in this Section.
STRIPPING TOPSOIL
A. Prior to beginning any excavation or fill, strip the topsoil to a depth of at least 6
inches or to a depth sufficient to remove all organic material and stockpile for future
use. In general, topsoil shall be removed where structures are to be built,
embankments or levees constructed, trenches dug, and roads, parking lots, walks, and
similar improvements constructed within the areas presently covered with topsoil.
Topsoil shall be stored clear of the construction area. Take reasonable care to
prevent the topsoil from becoming mixed with subsoil or eroding.
COMMON EXCAVATION
A. Perform all common excavation of every description, regardless of the type, nature,
or condition of material encountered, as specified, shown, or required to accomplish
the construction.
TRENCH AND EXCAVATION SAFETY SYSTEM
A. The Contractor shall be solely responsible for making the excavation in a safe
manner. Provide appropriate measures to retain excavation side slopes to ensure that
men working in or near the excavation are protected.
B. The current edition of the Occupational Safety and Health Administration (OSHA)
Standard for Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is
hereby incorporated into these Specifications by reference and shall be deemed to be
included in the Contract the same as though herein written out in full.
C. The work included in the Bid Proposal for "Excavation and Trench Safety Systems"
shall include the lump sum amount for providing the safety systems required to
comply with the OSHA Safety Standard set forth above, in accordance with Act 291
of 1993 of the State of Arkansas. The Contractor shall comply with the provisions of
said document for all excavations which equal or exceed 5 feet in depth.
I
I
I
I
I
I
I
I
1]
I
I
r
L
I
I
I
I
FY032142 Fayetteville North College Water
Section 02200-4 ,
I
3.05 LIMITS OF EXCAVATION
I
I
I
I
I
A. Excavate to the depths and widths required. Allow for forms, working space,
granular base, and finish topsoil where shown or required. Excavation carried below
the grade lines shown or established by the Engineer shall be replaced with the same
fill material as specified for the overlying fill or backfill, compacted as required for
such overlying fill or backfill. Where the overlying area is not to receive fill or
backfill, replace the over excavated material and compact to a density not less than
that of the underlying ground. The Contractor shall correct all over excavated areas
at the Contractor's sole expense.
3.06 REMOVAL OF WATER
A. Provide and operate equipment adequate to keep all excavations and trenches free of
water. Remove all water during period when concrete is being deposited, when pipe
is being laid, during the placing of backfill unless water settling is required, and at
such other times as required for efficient and safe execution of the work. Removal of
groundwater shall be accomplished in a manner that will preserve the strength of the
foundation soils, will not cause instability of the excavation slopes, and will not
result in damage to existing structures.
' 3.07 PREPARATIONS FOR PLACING BACKFILLS
I
I
I
I
I
I
I
I
J
A. Backfill around concrete structures only after the concrete has attained the specified
compressive strength indicated in Section 03300, CONCRETE. Remove all form
materials and trash from the excavation before placing any backfill. Obtain the
Engineer's acceptance of concrete work and attained strength prior to backfilling.
B. Do not operate earth -moving equipment within 5 feet of walls of concrete structures
for the purpose of depositing or compacting backfill material. Compact backfill
adjacent to concrete walls with hand -operated tampers or similar equipment that will
not damage the structure.
3.08 TRENCH EXCAVATION AND BACKFILL
A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions,
such as tree roots, stumps, abandoned concrete structures, and other material of any
type shall be removed.
3.09 TRENCH WIDTH
A. Minimum width of unsheeted trenches or the minimum clear width of sheeted
trenches in soil trenches in which pipe is to be laid shall be 8 inches greater than the
inside diameter of the pipe. Sheeting requirements shall be independent of trench
width. The maximum clear width at the top of the pipe or above the pipe will not be
limited, except in cases where excess width of excavation would cause damage to
adjacent structures.
B. Minimum trench width in rock excavation areas shall be 12 -inches greater than the
inside diameter of the pipe.
FY032142 Fayetteville North College Water Section 02200-5
I
C. The maximum width for payment purposes, for Granular Trench Backfill shall be the
pipe O.D. plus 24 -inches.
I
3.10 GRADE '
A. Carry the bottom of the trench to the depths shown, or as established by the Engineer.
Allow for pipe thickness and for pipe base or special bedding when specified.
Backfill any part of the trench excavated below grade with granular pipe base
material or native pipe base material, as required by the details on the Drawings, and
compact to a density equal to the undisturbed trench bottom.
3.11 SHORING, SHEETING, AND BRACING OF TRENCHES
A. Erect, maintain, and remove shoring, sheeting, and bracing as required by all federal,
state and local laws, codes and ordinances.
3.12 REMOVAL OF WATER
A. Removal of water shall be accomplished as specified hereinbefore.
3.13 TRENCH STABILIZATION
3.14
3.15
3.16
A. If the material in the bottom of the trench is unsuitable for supporting the pipe,
excavate below the flow line to remove the unsuitable material, and backfill to the
required grade with TRENCH STABILIZATION MATERIAL as specified
hereinbefore. Unsuitable material is material which is not capable of supporting the
pipe base material, pipe and/or backfill (i.e., organics, mud, large rocks, trash, etc.).
BASE FOR PVC AND DUCTILE IRON IN ROCK TRENCH
A. Place a minimum 6 -inch thickness of GRANULAR PIPE BASE of the type
hereinbefore specified. Place for the full width of the trench with the top of the
granular base at flow line grade. Bed the pipe in the granular base so that the flow
line is at the required grade and elevation. Place and finish the gravel base to grade
ahead of the pipe laying operation. Place GRANULAR PIPE ZONE MATERIAL to
a level 6 -inches above the top of the pipe.
A.
BASE FOR PVC AND DUCTILE IRON WATER PIPE IN SOIL TRENCH
Install 6 -inches minimum GRANULAR PIPE BASE AND PIPE ZONE MATERIAL
below, around and above the water main.
TRENCH BACKFILL ABOVE THE PIPE ZONE
A. In trenches under all structures, sidewalks, roads, piping, and similar facilities, except
where specifically shown, deposit GRANULAR FILL (Class 7 Base), as specified
hereinbefore, in horizontal lifts not exceeding 8 inches in uncompacted thickness.
Compact to not less than 95 percent relative compaction. Repair any subsequent
damage caused by settlement of trenches at the Contractor's sole expense.
L
L
I
I
C1
I
I
I
[1
I
H
I
I
H
FY032142 Fayetteville North College Water
Section 02200-6 '
I
B. Where so directed by the Owner, substitute FLOWABLE FILL for GRANULAR
FILL for backfill material under streets.
' C. Compaction within the limits of the highway right of way shall conform to the
requirements of AHTD Standard Specifications, Section 306, 95% Compaction
Standard.
D. In trenches under non -paved alleys, driveways, parking areas and similar areas
designated by the Engineer, backfill with "lightly consolidated" GRANULAR FILL
(Class 7 Base) in horizontal lifts not exceeding 8 inches in uncompacted thickness.
"Lightly consolidated" shall be interpreted as making a minimum of three (3) passes
' with a hand operated compactor.
E. In other areas the excavated trench material may be used for backfill. Push by
mechanical means, first onto the slope of the backfill previously placed and allow to
roll down into the trench. Do not allow free fall of the material into the open trench.
Under no circumstances allow sharp, heavy pieces of material to drop directly onto
the pipe or the material in the pipe zone. Backfill material shall not exceed 1/4 cubic
' foot in size and shall be intermixed with finer material to produce completed fill that
is free from detrimental voids and segregation. Neatly windrow the material over the
trench to provide for future settlement. Any excess or deficiency of backfill material
' after settlement within the guarantee period shall be corrected by regrading and
adding or removing material.
• 3.17 SITE GRADING
A. Perform all earthwork to the lines and grades as shown and/or established by the
' Engineer, with proper allowance for topsoil where specified or shown. Shape, trim,
and finish slopes of channels to conform with the lines, grades, and cross sections
shown. Make slopes free of all exposed roots and stones exceeding 3 -inch diameter
which are loose and liable to fall. Round tops of banks to circular curbs, in general,
not less than a 6 -foot radius. Rounded surfaces shall be neatly and smoothly
trimmed. Over excavating and backfilling to the proper grade will not be acceptable.
Finished site grading will be reviewed by the Engineer.
' 3.18 DISPOSAL OF EXCESS EXCAVATION
IA. Dispose of all excess excavated materials, not required or suitable for use as backfill
or fill, outside of the area of work. Contractor shall make his own arrangements for
the disposal of the excavated material and bear all costs or retain any profit incidental
to such disposal.
3.19 SETTLEMENT
A. Any settlement in backfill, fill, or in structures built over the backfill or fill, which
may occur within the I -year guarantee period in the General Conditions will be
' considered to be caused by improper compaction methods and shall be corrected at
the Contractor's sole expense. Any structures damaged by settlement shall be
restored to their original condition by the Contractor at the Contractor's sole expense.
1
IFY032142 Fayetteville North College Water
Section 02200-7
I
3.20 DRAINAGE CULVERTS
3.21
3.22
A. Replace in kind drainage culverts which are destroyed. If the culvert cannot be
reused, dispose of it and furnish and install new pipe. All culverts shall be protected
from damage or restored to equivalent condition, if damaged, at no cost to the Owner.
B. Replace culverts to the existing lines and grades. Do not replace culverts until the
proposed pipeline is installed and the backfill of the trench has been completed to
the subgrade of the culvert.
CONTAINMENT STRUCTURES
A. Replace in kind, any containment structures such as cattle guard, fences, etc., which
are destroyed. If the structures cannot be reused, dispose of it and furnish and install
as new at no cost to the Owner.
PAYMENT
A. Payment for the work in this Section will be included as part of the unit price and
lump sum bid amounts stated in the Proposal.
B. Payment for trench excavation, GRANULAR PIPE BASE, GRANULAR PIPE
ZONE MATERIAL and trench backfill for PVC or ductile iron pipe shall be
included in the unit price of the pipe pay item.
C. Payment for trench stabilization material will be based on the unit price per ton stated
in the Proposal. Measurement will be based upon individual trip tickets of actual
truck measure furnished the Engineer for tons used under this item. Trip tickets shall
be presented to the Engineer for his signature on the day the material is delivered.
No payment will be allowed on trip tickets not so validated by the Engineer.
Payment for this item shall constitute full compensation for all materials, labor,
equipment, and incidentals necessary to furnish materials at trench side and for
placing and compacting it in the trench and for the extra depth of trench excavation
required below the pipe base grade to provide for a stable base for the pipe. This
item is to provide for unstable base encountered in the progress of the work and shall
be used only under the direction of the Engineer.
D. Payment for GRANULAR FILL (Class 7 Base) used for street and parking lot
crossings, driveways and other authorized areas will be based on the unit price per
ton stated in the Proposal, and the number of tons placed within the authorized limits.
This payment shall constitute full compensation for the work as specified herein.
Quantities for payment purposes shall be the actual number of tons used, based on
truck weights and trip tickets signed by the Engineer. Trip tickets shall be presented
to the Engineer for his signature on the day that the material is delivered. This pay
item does not include payment for GRANULAR PIPE BASE and GRANULAR PIPE
ZONE MATERIAL. as required by the Details. Include the cost of this material in
the bid price for PVC and ductile iron water lines.
E. If the Owner authorizes the use of FLOWABLE FILL instead of GRANULAR FILL
for street backfill, payment for FLOWABLE FILL will be based on the unit price bid
per cubic yard, as stated in the Proposal for the number of cubic yards placed and
accepted within authorized limits. Quantities shall be measured based on truck
I
I
L
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water Section 02200-8 ,
F
H
delivery tickets. Payment will not be made until test indicate that the FLOWABLE
FILL meets the prescribed strength range (75 to 150 psi).
No separate payment will be made for rock excavation. Include the cost of any
anticipated rock excavation in the unit price bid per foot of pipe.
No separate payment will be made for providing and installing GRANULAR PIPE
BASE AND PIPE ZONE MATERIAL. Include the cost of this material in the unit
price bid per foot of pipe.
No separate payment will be made for protecting, repairing and/or replacing existing
culverts.
END OF SECTION
FY032142 Fayetteville North College Water Section 02200-9
SECTION 02218
LANDSCAPE GRADING
PARTI GENERAL
1.01 WORK INCLUDED
A. Finish grade subsoil.
B. Place, level, and compact topsoil.
1.02 RELATED WORK
A. Section 01400 - Quality Control: Compaction requirements of backfill.
B. Section 02200 - Rough Grading: Subsoil contouring.
C. Section 02200 - Backfilling: Backfilling and compacting fill.
D. Section 02200 - Trenching: Excavation, backfill, and compacting fill in trenches.
E. Section 02485 - Finish ground cover.
1.03 PROTECTION
A. Protect landscaping and other features remaining as final work.
B. Protect existing structures, fences, roads, sidewalks, paving, and curbs.
PART 2 PRODUCTS
2.01 MATERIALS
A. Topsoil: Reused or imported, friable loam; free of subsoil, roots, grass, excessive
amount of weeds, stone, and foreign matter; acidity range (pH) of 5.5 to 7.5;
containing a minimum of 4 percent and a maximum of 25 percent organic matter.
PART 3 EXECUTION
3.01 INSPECTION
A. Verify site conditions and note irregularities affecting work of this Section.
B. Beginning work of this Section means acceptance of existing conditions.
FY032142 Fayetteville North College Water Section 02218- 1
3.02
A.
B.
3.03
SUBSOIL PREPARATION
Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in
excess of 2 inches in size. Remove subsoil contaminated with petroleum products.
Scarify subgrade to depth of 3 inches where topsoil is scheduled. Scarify in areas
where equipment used for hauling and spreading topsoil has compacted subsoil.
PLACING TOPSOIL
A. Place topsoil in areas where seeding is scheduled.
B. Use topsoil in relatively dry state. Place during dry weather.
C. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and
contours of subgrade.
D.
E.
F.
G.
H.
3.04
A.
3.05
A.
B.
C.
3.06
A.
Remove stone, roots, grass, weeds, debris, and foreign material while spreading.
Manually spread topsoil around plants and structures to prevent damage.
Lightly compact placed topsoil.
Remove surplus subsoil and topsoil from site.
Leave stockpile area and site clean and raked, ready to receive grass seeding.
TOLERANCES
Top of Topsoil: Plus or minus 1 inch.
SCHEDULE OF LOCATIONS
The following paragraphs identify compacted topsoil thicknesses for various
locations.
Seeded Grass: 6 inches.
Garden Areas: 18 inches.
PAYMENT
Payment for the work in this Section will be included as part of the unit price bid
amounts for pipe, for work completed along pipelines.
END OF SECTION
FY032142 Fayetteville North College Water
Section 02218-2
Cl
H
I
L
I
H
H
H
J
J
I
PARTI GENERAL
1.01 SCOPE
' 1.02
L
C
C
C
G
SECTION 02223
BORED HIGHWAY UNDERCROSSINGS
A. This Section covers the work necessary for the construction of the bored or punched
undercrossings, complete, within the limits shown. It also covers installation of open
cut casings where a minimum of 18 -inch vertical separation between water and sewer
mains cannot be achieved.
B. This Section also covers the completion of"short bores" under trees to be designated
by the Owner.
C. All necessary permits for the undercrossings will be obtained by the Owner.
D. The operations on or in the edge of the highway right-of-way must conform to the
requirements of the Arkansas Highway and Transportation Department (Permitter).
Execute all necessary agreements and/or permits before entering upon or
commencing any work on the highway right-of-way. Comply, also, with the
applicable requirements of the GENERAL CONDITIONS and the
SUPPLEMENTARY CONDITIONS.
E.
A.
PART 2
2.01
L'
B.
Most street crossings on this project are Fayetteville City streets and work in the
vicinity of these streets shall conform to the Fayetteville street standards.
LOCATION
Casing pipe locations are illustrated on the Drawings.
PRODUCTS
WATER AND SEWER PIPE
Strength classification and type as shown in the Drawings and listed in the pipe
specifications.
All pipe inside casings shall have restrained joints.
2.02 UNDERCROSSING SCHEDULE
A. Not used.
FY032142 Fayetteville North College Water
Section 02223-I
I
2.03
A.
2.04
A.
2.05
2.06
EXCAVATION
Excavation shall conform to Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
IMPORTED GRANULAR PIPE BASE AND PIPE ZONE MATERIAL
Conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND
BACKFILL.
TRENCH BACKFILL
A. Rock or foundation stabilization and granular backfill shall conform to Section
02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Compaction
of backfill in the street right-of-way shall conform to Section 02200.
A.
B.
STEEL CASING PIPE
Provide casing of size to permit proper construction to the required lines and grades.
Casing shall be type shown below, fabricated in sections for welded field joints.
The minimum wall thickness shall correspond to the following tables:
For Highway and Road Undercrossings
Casing Smooth Steel Pipe
Diameter in Minimum Wall Thickness
Inches In Inches
2-14 3/16 ASTM A 53
15-24 1/4 ASTM A 53
30-36 5/16 AWWA C201
C. Casing length shall be as necessary to conform to the criteria shown on the details on
the Drawings. The Field Engineer will determine the specific casing length for each
undercrossing.
2.07
A.
2.08
A.
STAINLESS STEEL BANDS
One -half -inch wide by 0.020 -inch thick, T-304 stainless steel bands, or equal.
SEALS AND SUPPORTS
Casing spacers will be used for the support of the carrier pipe.
Carrier pipe shall be inserted within casing by use of model CCS stainless
steel casing spacers as manufactured by Cascade Waterworks Mfg. Co. of
Yorkville, IL or prior approved equal.
I
L
I
I
I
L
I
I
L
I
Li
L1
I
I
H
I
FY032142 Fayetteville North College Water
Section 02223-2 '
I
2. Carrier pipe shall be centered within casing by use of model CCS stainless
steel casing spacers as manufactured by Cascade Waterworks Mfg. Co. of
Yorkville, IL or prior approved equal.
3. Casing spacers shall be bolt on style with a two piece shell made from T-304
stainless steel of a minimum 14 gauge thickness. Each shell section shall
have bolt flanges formed with ribs for added strength. Each connecting
flange shall have a minimum of three 5/16" T-304 bolts. The shell shall be
lined with a ribbed PVC extrusion with a retaining section that overlaps the
edge of the shell and prevents slippage. Bearing surfaces (runners) made
from UHMW polymer with a static coefficient of friction of. II - .13 shall be
attached to support structures (risers) at appropriate positions to properly
support the carrier within the casing and to case installation. The runners
shall be attached mechanically by T-304 threaded fasteners that are inserted
through the punched riser section and TIG welded for strength. Risers shall
be made of T-304 stainless steel of a minimum 14 gauge. All risers over 2"
in height shall be reinforced. Risers shall be MIG welded to the shell. All
metal surfaces shall be fully passivated. Casing spacers shall be model CCS
as manufactured by Cascade Waterworks Mfg. Co. or prior approved equal.
4. All spacers shall be 8" or greater in width and spaced at a maximum of 6'
intervals in the carrier pipe. The end spacers of each pipe joint shall be no
further than 2 feet from the end of the pipe.
5. Casing spacers that also provide joint restraints for the specified water main
material, and that meet the other requirements as specified herein, may be
used in lieu of separate casing spacers and joint restraints.
B. Casing ends shall be scaled to the carrier pipe with an overlapping rubber seal using
1/8" minimum thickness oil and water resistant synthetic rubber. Seals shall be sized
for the casing and pipe sizes used and shall be provided by the casing spacer
manufacturer. Stainless steel clamp bands as previously specified shall be used for
installation of the end seals.
2.09 SHORT BORES
A. Short bores shall consist of power augering or otherwise tunneling under trees
designated by the Owner. The tunnel diameter shall match the casing size shown on
the Drawings. The pipe shall be maintained on the prescribed grade and alignment.
PART 3 EXECUTION
3.01 GENERAL
A. Prior to the start of the work, submit satisfactory evidence to the Engineer that all
insurance coverage requirements have been complied with. All proposed
FY032142 Fayetteville North College Water Section 02223-3
U
3.02
In
3.04
construction methods and materials for the undercrossing shall be approved by the
Engineer prior to the crossing operation, and no construction shall be started until
written approval to proceed has been issued.
TRENCH EXCAVATION AND BACKFILL
A. Conform to the applicable portions of Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL. At designated locations, compact granular base
backfill for full depth of trench with approved mechanical tampers to 95 percent of
Standard Proctor density.
B. Casing installed by the open cut direct bury method shall be backfilled with
compacted Class 7 base for the full depth for all casing to be under the construction
limits of the future street. Compaction shall be as listed above.
;II:L.11�[t;
A. Size of casing shall be large enough to provide sufficient working space to properly
install the water or sewer pipe to lines and grades shown. Minimum acceptable sizes
are shown on the Undercrossing Schedule and on the Drawings. Jacked or bored
casings shall be continuously welded at joints for a rigid, watertight encasement.
UNCASED PIPE
A. Provide granular base under all pipe within limits of crossing. Base and pipe
installation to conform to Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
3.05 CASED PIPE
A.
B.
3.06
A.
3.08
A.
Install casing spacers as previously specified and in conformance with the
manufacturer's recommendations.
Pipe installation to conform to applicable portions of Section 02200 and Section
15005. Pipe joints inside casing shall be thrust restrained.
PLACING RUBBER SEALS AT ENDS OF CASING
After the water pipe has been tested and approved, install rubber seals with stainless
steel bands at the ends of the casing.
CONTRACTOR'S RESPONSIBILITY
The Contractor shall be fully responsible for settlement or deterioration of the
finished undercrossing pavement during the warranty period.
I
I
Hi
I
I
L
L
I
I
I
I
I
H
H
L
L
I
FY032142 Fayetteville North College Water Section 02223-4
A. Payment for the bored and jacked or direct buried casing will be based upon
applicable unit prices stated in the Proposal. Separate payment will be made for the
water or sewer pipe installed through the casing.
END OF SECTION
Attachment to Section 02223
ARKANSAS HIGHWAY AND TRANSPORTATION DEPARTMENT
HIGHWAY -UTILITY PERMIT
FY032142 Fayetteville North College Water Section 02223-5
C
I
I
I
I
H
J
I
If at any time a change or improvement in the highway necessitates an adjust-
' ment or removal of the facility installed under this permit, it shall be at the
expense of the owner within a reasonable time after request by the Department.
ARKANSAS HIGHWAY AND TRANSPORTATION DEPARTMENT
HIGHWAY -UTILITY PERMIT
CITY OF FAYETTEVILLE (WATER & SEWER)
113 WEST MOUNTAIN
FAYETTEVILLE, AR 72702
Attention: Sid Norbash
PERMIT: UD-04-05-051
ISSUE DATE: 03/31/2005
EXPIRATION DATE: 03/31/2006
ROUTE SECTION COUNTY
71 16B Washington
DEPOSIT: 5000.00 By Bond
Your request of 11/12/2004, to place facilities or perform work on highway
right of way as described in the application and shown on the plans is hereby
approved. This approval is subject in all respects to State Law, Property
Rights, and applicable regulations of the Arkansas State Highway Commission.
The installation of facilities covered by this Permit shall conform to the re-
quirements of applicable federal, state, local, industry, health and safety
codes.
I
I
I[i
I
Permit is approved for work as shown on the attached sketch and permit request
on the right of way of Highway 71.
The utility owner or his contractor shall maintain all existing highway, street
and county road regulator, warning, guide and informational signs in an effect-
ive location at all times for the duration of the work and shall install them
at the correct location upon completion of work. Any signs damaged during work
under this permit shall be replaced at no cost to the State. Beginning of any
work covered by this Permit shall constitute full acceptance by you of all
applicable terms and conditions contained and referenced herein. All work on
the highway right of way is subject to the approval of the District Engineer.
SPECIAL CONDITIONS: See attached sheet for Special Requirements.
Three
I
days prior
to starting
work,
you
must
notify
the Department's
District
Permit
Officer,
Shane Reeves,
P.O.
Box
1424,
Fort
Smith, AR 72902,
479-646-5501.
I
I
I
cc: District 4
Area Maintenance Supv.
Ral Wil jt
Section Head - Utilities
Right of Way Division
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT
DEPOSIT ACKNOWLEDGEMENT AND REFUND REQUEST FORM
(Return Original to District Engineer Upon Completion of Installation)
CITY OF FAYETTEVILLE (WATER & SEWER)
113 WEST MOUNTAIN
FAYETTEVILLE, AR 72702
Attention: Sid Norbash
PERMIT: UD-04-05-051
ISSUE DATE: 03/31/2005
EXPIRATION DATE: 03/31/2006
ROUTE SECTION COUNTY
71 16B Washington
This will acknowledge your guarantee in the amount of 5000.00 for restoration
of highway property after completion of installations, as described in permit
numbered above.
When the work has been completed, in accordance with the specifications, return
the original of this form to the Department's District Engineer at Fort Smith
Arkansas. After the work area has been inspected and it has been determined
that the right of way has been restored satisfactorily your Bond will be
released.
Ralph Williams
Section Head - Utilities
Right of Way Division
cc: Permit Officer
Fiscal Services
Fiscal Services
Little Rock, Arkansas
All of the conditions of the permit referred to above have been satisfactorily
complied with, and the finished results meet with my approval.
I
I
I
I
U
I
I
I
I
I
I
I
I
I
I
Date
District Engineer
L
I
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT
DEPOSIT ACKNOWLEDGEMENT AND REFUND REQUEST FORM
(Return Original to District Engineer Upon Completion of Installation)
PERMIT: UD-04-05-051
ISSUE DATE: 03/31/2005
CITY OF FAYETTEVILLE (WATER & SEWER)
113 WEST MOUNTAIN EXPIRATION DATE: 03/31/2006
FAYETTEVILLE, AR 72702
ROUTE SECTION COUNTY
71 16B Washington
Attention: Sid Norbash
This will acknowledge your guarantee in the amount of 5000.00 for restoration
of highway property after completion of installations, as described in permit
numbered above.
When the work has been completed, in accordance with the specifications, return
the original of this form to the Department's District Engineer at Fort Smith
Arkansas. After the work area has been inspected and it has been determined
that the right of way has been restored satisfactorily your Bond will be
released.
Ralph Williams
Section Head - Utilities
Right of Way Division
cc: Permit Officer
Fiscal Services
l 1
Fiscal Services
Little Rock, Arkansas
All of the conditions of the permit referred to above have been satisfactorily
complied with, and the finished results meet with my approval.
1
Date District Engineer
2-20-7.9
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT
APPLICATION FOR UTILITY PERMIT
Part I - TO BE COMPLETED BY UTILITY OWNER Date 11/12/2004 ,
Name City of Fayetteville. Engineering Dept: Telephone No/47g_575-8706
Address 114 W Mountain Fayetteville AR 77701
Street City State Zip ct
The undersigned'requests permission to install or maintain facilities, as described be w,
located on the right of way of Highway No. 71B in Washington Coun
Arkansas, near the City of Fayetteville
TYPE AND DESCRIPTION OF FACILITIES: Bridge Attach.
Tele. _ Gas_ Water X Sewer_ Power_ Television_ Aerial_ BuriedX ParallelX CrossinJ
Size 6"to12°
Lengthq e pl—.�
Working Press. 75
psi
Design Press.
LOCATION
Various
locations alone.Hwv.
71B. between Maple
Street
and North Street in Fayetteville. as shown on the plans_
The location and description of the proposed facilities are shown in more detail on the -
plans attached to this application.
It is understood and agreed that any installation or work covered by any permit issued a
a result of this application shall be subject to State Law and the applicable rules and
regulations prescribed by the Arkansas State Highway Commission. Work performed undersuch
permit shall constitute full acceptance of all applicable requirements of such laws, rul
regulations, and the specific terms and provisions as set forth in or attached to the P it
All work shall be completed to the satisfaction of the District Engineer.
Signature
Title 9 GHCJLr1 �`c'!'- I
Part II - TO BE COMPLETED BY AHTD DISTRICT ENGINEER
Route Section
Amount of Deposit Required $ 6uw 7/ /Lh
Deposit Enclosed Yes_ Nor Pavement Cut Approved Yes, Nor Bridge Attach.
Highway Improvement Proposed? Yes_ No_c Job Number
In situations where the proposed facilities will be located in the ditch line or more th__
five (5) feet from the right of way line, please explain .Se- /I)/<,.h 34041 IL,
7CCCL%Pf 41fvi
-
Recommended
�� Date
Part III - TO BE COMPLETED BY AHTD UTILITIES SECTION
RECEIVED
UTILITIES s�CTIoN
;4AR 31 2005
POSF_._..__ CHIEF
COORD.
Permit No. UD- OYo$=c1l
Route .7/ Section /zC/a
1._
County �< j
1
Deposit $ S OOO.du By Bond/Check
1
I
McCLELLAND
PO, Box 1229
I
H
I
L1
CONSUL TING
r
ENGINE 1 S` % �
DESIGNED 70 SERV(
November 11, 2004
Fayetteville, Arkansas 72702-1229
IVC• ;.,,hh��,AY 479-443-2377
• tai FAX 479-443-924!
,I
Mr. Shane Reeves C, 1 S' 1 4
Permits Officer FORT SivilTH
Arkansas Highway and Transportation Dept.
4019 Towson Avenue
Ft. Smith, AR 72902
Re: City of Fayetteville
North College (Hwy 71 B) Water Main Replacement
I
I
I
iH
H
I
I
Li
I
L
Dear Mr. Reeves:
Enclosed please find four sets of a permit application with plans and applicable
specification sections for a water main replacement project in Fayetteville. The specific
location is North College Avenue (Highway 71 B) generally between Maple Street and
North Street, as illustrated on the plans.
The existing water main under the street pavement is to be abandoned, to be
replaced with parallel mains generally outside the highway right of way. The work does
require two bores under the highway at Maple Street and Prospect Street. The work also
requires some cut and cap work and valve plugging/abandonment work under the
pavement. The line being abandoned has been a maintenance problem, with emergency
repairs required over the last several years. This replacement project should minimize
future repair problems within the right of way.
Please advise if there are question.
Very truly yours,
McClelland Consulting Engineers, Inc.
122Q )/2th
Robert W. White, P.E.
Vice President
Encl: Permit Application, Plans, Specs
Cc: Mr. Sid Norbash w/Encl.
RECEIVED
UTILITIES SECTION
MAR 31 2005
POST CHIEF
COORD.
IEl
FY032142 Correspondence
U
Special Requirements
For Permittees Working within
Highway Right of Way
District 4
All areas, within the highway right of way, disturbed in
conjunction with this permit shall be fully restored to
the original condition and as determined to be
satisfactory in the opinion of the District Engineer.
Generally, this restoration shall include reshaping the
ground to the original contours, thoroughly
compacting backfill of pits, holes, and trenches such
that future settlement or erosion will not occur, and
reestablishing vegetation by seeding and mulching or
sodding in accordance with the AHTD Standard
Specifications for Highway Construction most recent
. edition. All areas completed shall be permanently or
•temporarily seeded and mulched or sodded within 14
•days after completion of the work and areas
temporarily abandoned shall be stabilized within 14
days if work is not to resume within 21 days.
Temporary erosion control measures shall be
implemented as conditions necessitate throughout the
duration of the project. This requirement does not
relieve nor supercede any requirements contained in
any Storm Water Construction Permit issued by the
ADEQ for this work.
I
I
H
H
I
I
I
I
I
I
I
I
I
I
I
I
H
H
I
NOTICE!
I
I
H
Please be advised that you are required to follow all laws and
regulations concerning erosion control. The Arkansas Department of
Environmental Quality requires a Phase II Storm Water Construction
' Permits on sites that have a "disturbed soil area" of one acre or more.
For questions or permit requirements for a Storm Water Construction
Permit, contact (ADEQ) at 501-682-0627 or at 501-682-0621.
This permit is separate from any work order, permit or approval from
the Arkansas Highway and Transportation Department.
1
RECEIVED
APR
STORM WATER CONSTRUCTION PERI��IITER�NG DIV.
H
I
MARKING OF UTILITIES
1
' When any utility owner, or its assigned contractor and/or representative
is required, or requested to locate and mark the location of its
underground lines/facilities inside highwav right of was on pavement,
' sidewalks, curbs, gutters, structures, etc., the marks shall be made with
non -permanent materials (chalk, keel, non -permanent paint, etc.).
' Failure to comply with this requirement will result in removal of the
markings by the utility owner at no expense to the Department.
I
II
H
I
N it
- - L
Y I F N L
• r O _
a L \ 1
r e 7
n C 1y� - I. M
H 1 1 •
Y - a V
T I ' I I _III_
in 1 11 1 1 N_ I T ii L w
' ll % .Z 1 ccii on
si
o WuIi
\-V
I I It'll- _0Lw
V V p - y
_ O N
- Y
C O
9Y Y aCL Y
Yom• N
•
F - O Y
V_
_T } ✓ V / N
w w N . _ N
_ L • •2 w
L w
e
Y w w w w.
cr
-O
I F I N
_ L, _ I 1
o
• -a r I Cu —r____
1
tl�j
I
E1 1
V •_ V V V V V V
V N Z
. J. \ w _ 1. • 1. \ : \ _ \ 41.1
Y I F3 ,
1 1 X
III
€s
II
r- >4_'ht- •>-IIa-- m m 1
of = ~^�^�O --Cr.
m.
mod
— wQ O 3 -- ;� OspO---- -- -0_Op— a m
U. I I I Z n .tea
3 94 i
awx
V •� V Y V •t_ V f_ V i1iN
w n . n: w a -: F i N S 1
M M =
m=4
H?
I S M
1 duo
S N
I I f252NF% 1
Z_ :.
W
t< LL. I J„ LLJ LL 1 w C. -5u_ 41 p N
O-
O __ J'SQ-O_. 1
.O N -� O .O N -._. �..O O NN
I I 1
I I
FIGURE 17 1
49
Oh-
O W
I.tJ
I
SECTION 02444
FENCING
PARTI GENERAL
' 1.01 SCOPE
A. Any damage to any existing chain link fencing shall be repaired in accordance with
this Section.
B . Any damage to any other existing fencing shall be made with materials specified in
'this Section.
1.02 GENERAL
1 A. Like items of materials provided hereunder shall be the end products of one
manufacturer in order to achieve standardization for appearance, maintenance, and
' replacement.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
' REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
I1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division I, GENERAL
REQUIREMENTS.
1.04 REFERENCE STANDARDS
1 A. Specification of Metallic -Coated Steel Chain Link Fence Fabric, published by Chain
Link Fence Manufacturers Institute, Washington, DC 20036.
1
PART 2 MATERIALS
' 2.01 GENERAL
A. The use of a manufacturer's name and model or catalog number is for the purpose of
establishing the standard of quality and general configuration desired only. Products
of other manufacturers will be considered in accordance with the General Conditions.
' B. New materials and products of recognized, reputable manufacturers shall be used.
Rerolled, or regalvanized materials are not acceptable.
IC. All materials shall be hot -dip galvanized after fabrication. Posts and other
appurtenances shall have a minimum zinc coating of 1.2 ounces per square foot of
surface.
IFY032142 Fayetteville North College Water Section 02444- I
F7
HH
2.02
2.03
2.05
2.06
2.07
2.08
D. Aluminum -coated fabric and wire may be substituted for the galvanized fabric and
wire. Aluminum coating shall be not less than 0.40 ounce per square foot, complying
with ASTM A 491, Class II.
FABRIC
A. Chain link fence fabric, six foot in height, woven of No. 9 gauge wire in 2 -inch
diamond -mesh pattern, salvages twisted and barbed, galvanized after weaving with
1.2 ounce zinc coating conforming to ASTM A 392.
B. Replacement fabric shall match the height of the original fence fabric.
POSTS
A. Federal Specification RR -F-191, fence,
hereinafter modified. Standard lengths
required for conditions shown.
LINE POSTS
posts, gates, and accessories, except as
for setting in ground or in concrete as
A. Use galvanized 2½ -inch outside diameter, Schedule 40 steel pipe, weight 3.65
pounds per linear foot.
END, CORNER, ANGLE, AND PULL POSTS
A. For end, corner, angle, and pull posts, use 2.875 -inch outside diameter standard
weight steel pipe, weight 5.79 pounds per linear foot.
10416S1I1t t3
A. Post tops shall be pressed steel, or malleable iron, designed as a weathertight closure
cap for tubular posts. Provide one cap for each post, unless equal protection is
afforded by combination post top cap and barbed wire supporting arm where barbed
wire is required. Where top rail is used, provide tops to permit passage of top rail.
TENSION WIRE
A. Tension wire shall be zinc- or aluminum -coated coil spring steel wire not less than
No. 7 -gauge (0.177 inch in diameter). Provide tie clips of manufacturer's standard as
approved for attaching the wire to the fabric, at intervals not exceeding 24 inches.
STRETCHER BARS
A. Stretcher bars shall be one-piece lengths equal to full height of fabric with a
minimum cross-section of 3/16 inch by 3/4 inch. Provide one stretcher bar for each
gate and end post and two for each comer and pull post.
A. Bar bands shall be heavy -pressed steel, spaced not over 15 inches on center to secure
stretcher bars to tubular end, corner, pull, and gate posts.
Hi
I
L
I
I
I
I
I
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water
Section 02444 - 2 '
I
' 2.10 TOP RAIL
I
I
I
1I
I
A. Not less than 18 -foot long tubular steel, 16/e -inch outside diameter, weight 2.27
pounds per linear foot. Couplings to be outside -sleeve type and at least 6 inches
long. Provide springs at one coupling in five to permit expansion in rail as
recommended by the manufacturer. Top rail to extend through line post tops to form
continuous brace from end -to -end of each stretch of fence.
2.11 BRACES
A. Brace pipe shall be of the same material as the top rail and shall be installed midway
between the top rail and extend from the terminal post to the first adjacent line post.
Braces shall be securely fastened to the posts by heavy -pressed steel and malleable
fittings, then securely trussed from line post to base of terminal post with a 3/B -inch
truss rod and tightener.
2.12 FITTINGS
A. Malleable steel, cast iron, or pressed steel, as required. Fittings to include extension
arms for barbed wire, stretcher bars and clamps, clips, tension rods, brace rods,
hardware, fabric bands and fastenings, and all accessories. Provide 45 -degree bracket
type supports to accommodate three strands of barbed wire.
' 2.13 BARBED WIRE
I
A. Four -point pattern with two strands of No. 121/2 gauge wire, and I -inch barbs 5
inches apart. Zinc -coated barbed wire shall conform to ASTM A 121;
aluminum -coated barbed wire to ASTM A 585.
2.14 CONCRETE
A. Materials as specified in Section 03300, CONCRETE. Proportions shall be 1:2:4.
Compressive strength shall not be less than 2,000 psi at 28 days.
2.15 FARM FENCE POSTS
IA. Repair farm fences utilizing "T" type steel posts with equivalent steel posts.
B. Utilize 4 -inch minimum diameter pressure treated posts to repair existing fences
utilizing wood posts. If existing posts are larger diameter, replace with equally sized
new pressure treated posts.
' PART 3 EXECUTION
' 3.01 INSTALLATION
A. Installation of fencing shall meet the requirements of ASTM F 567.
I
B. Erect fencing in straight lines between angle points by skilled mechanics experienced
in this type of construction. Erect in accordance with the manufacturer's
recommendations as approved and with these Specifications. Post holes shall be a
minimum depth of 3 feet below finished grade. Holes for line posts shall be 9 inches
' FY032142 Fayetteville North College Water Section 02444 -3
I
3.02
in diameter. Holes for gate, corner, and pull posts shall be 16 inches in diameter.
Space posts not more than 10 feet on centers and in true lines. Set posts plumb and
to a depth of 2 feet 10 inches. Fill remainder of hole with concrete to extend around
the posts to a point 2 inches above finished grade. The top surface shall have a
crown watershed finish. After concrete has set, install accessories. Fasten chain link
fabric to end posts with stretcher bars and clamps and to line posts and top rail with
wire or bands at approximately 14 -inch centers and 24 -inch centers, respectively.
The top rail of the fence shall be at the top of the fabric. Install three strands of
barbed wire on the brackets, tighten, and secure at each bracket. Brace gate posts
diagonally to adjacent line posts to ensure stability. Hang gates and adjust all
hardware so that gates operate satisfactorily from open or closed position.
C. Repair/replace farm or lawn fencing with new posts as specified spaced on 10 -ft.
maximum centers. Use the specified barbed wire for barbed wire fences. Repair
woven wire fences with equivalent galvanized woven wire.
CLEANUP
A.
3.03
A.
Upon completion of the fence installation, clean up all waste material resulting from
the operation.
' • • vl�lall
No separate payment will be made for any fence replacement and/or repairs that may
be required to existing fence.
END OF SECTION
I
I
I
I
I
Li
I
I
I
I
I
I
I
Li
I
LJ
I
FY032142 Fayetteville North College Water Section 02444 - 4 '
I
1 SECTION 02485
FINISH GRADING AND GRASS
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary for the finish grading and grass
establishment, complete, including furnishing and delivery of material and seeding
' and maintenance of grass. The intention of this Specification is that the Contractor
returns areas of damaged turf to the condition in which he found them at the start of
the job and that a grass stand be established on all cleared areas. The only areas not
to be seeded are areas receiving gravel or paved surfaces and areas used for vegetable
' gardens.
1.02 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
' PART 2 MATERIALS
2.01 TOPSOIL
A. Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE
GRADING.
B. Place existing or imported topsoil in areas where topsoil was previously stripped for
pipeline work.
IC. Areas that are cleared, but not stripped of topsoil, shall have the existing topsoil
graded and scarified. Imported topsoil shall not be required.
' 2.02 SEED
A. Certified, blue tag, clean, delivered in original, unopened packages and bearing an
analysis of the contents, guaranteed 95 percent pure and to have a minimum
germination rate of 85 percent, within 1 year of test.
' 2.03 SEED MIX
A. Mix for all areas shall follow the recommendations of the local Agricultural
' Extension Agent, depending on the season.
B. Separate lawn and field grass mixes shall be utilized, as appropriate for the
application area.
'
IFY032142 Fayetteville North College Water Section 02485 - I
C. Where specific lawns have sod, protect and restore the existing sod or replace
damaged areas with the same variety of sod. Where specific lawns have special
varieties of seeded grass, reseed with the same grass variety.
PART 3 EXECUTION
3.01 PROJECT SCHEDULE
A. The overall Project Schedule shall show an anticipated time for grading and seeding
to take place, so that seasonal consideration can be given attention.
I
I
I
3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL '
A. Shape the topsoil over the area to the desired shape and contour.
B. Apply commercial fertilizer at the manufacturer's recommended rate, distributing it
uniformly with a mechanical spreader. The minimum application rate shall be 500
lbs per acre. Fertilizer blend shall be as recommended by the local Agricultural
Extension Agent.
I
I
3.03 FINISH GRADING ,
A. Thoroughly mix the topsoil and fertilizer.
B. Rake the area to a uniform grade so that all areas drain in the same manner as at the
start of the project.
C. Lightly compact before planting grass.
D. For lawn and garden areas, remove all trash and stones exceeding 2 -inches in
diameter from area to a depth of 3 -inches prior to preparation and planting grass. For
field and timber areas, remove excavated stone and trash to an equivalent condition
to the adjoining undisturbed area.
3.04 TIME OF SEEDING
A. Conduct seeding under favorable weather conditions during seasons which are
normal for such work as determined by accepted practice in locality of project.
3.05 MECHANICAL SEEDING
A. Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre,
roll with cultipacker to cover seed, and water with fine spray. Method of seeding
may be varied at the discretion of Contractor as it is his own responsibility to
establish a smooth, uniformly grassed area.
3.06 HYDROSEEDING
A. At the Contractor's option, seed may be applied by hydroseeding method. Seeding
shall be done within 10 days following soil preparation. Hydroseed all areas at rate
of 100 pounds seed and 500 pounds ammonium phosphate per acre.
I
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water Section 02485 -2 '
Li
B. Proceed with seeding operation on moist soil, but only after free surface water has
drained away.
C. Exercise due care to prevent drift and displacement of mixture into other areas.
3.07 WINTER PROTECTIVE SEEDING
A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used
after September 15.
3.08 MAINTENANCE
A. Begin maintenance immediately after each portion of grass is planted and continue
until a reasonable stand of grass has been obtained. Water to keep surface soil moist.
Repair washed out areas by filling with topsoil, fertilizing, and seeding.
B. Apply straw mulch after seeding to assist in grass establishment and to reduce topsoil
erosion.
3.09 GUARANTEE
A. If, at the end of a 180 -day period, a satisfactory stand of grass has not been produced,
the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof
immediately, or, if after the usual planting season, during the next planting season. If
a satisfactory stand of grass develops by July I of the following year, it will be
accepted. If it is not accepted, a complete replanting will be required during the
planting season meeting all of the requirements specified under CONSTRUCTION
METHODS.
B. A satisfactory stand is defined as grass or section of grass that has:
No bare spots larger than 4 square feet.
' Not more than 10 percent of total area with bare spots larger than I square
foot.
' 3.10 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid per
foot of pipe, for pipeline work.
END OF SECTION
[l
IFY032142 Fayetteville North College Water Section 02485 -3
I
SECTION 02601
' ASPHALT AND CONCRETE RESTORATION
' PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary for the restoration of asphalt pavement,
replacement of sidewalks, curb and gutter, drainage facilities, and incidental work,
complete.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.02 STANDARD SPECIFICATIONS
' A. Where the term "Standard Specifications for Highway Construction" is used, such
reference shall mean the current edition of Arkansas Highway and Transportation
' Department Standard Specifications. Where reference is made to a specific part of
the Standard Specifications, such applicable part shall be considered as part of this
section of the Specifications. In case of a conflict in the requirements of the Standard
' Specifications and the requirements stated herein, the requirements herein shall
prevail.
1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS
A. Section 02200 - Earthwork, Trench Excavation and Backfill
1.04 SUBMITTALS DURING CONSTRUCTION
A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit
' samples of the material for the Engineers approval. Samples shall be typical of
materials to be furnished from the proposed source and in conformance with the
specified requirements.
' B. Prior to the delivery of asphalt materials and paving mixes to the site, the Contractor
shall submit certificates of compliance of such materials with these Specifications.
C. Where laboratory testing is specified herein, the Contractor shall employ an
independent testing laboratory to conduct such tests and submit certificates of the test
' results to ensure Specification conformance.
D. The costs for submittals shall be included in the price(s) quoted for the work under
this Section.
I
IFY032142 Fayetteville North College Water
Section 02601 - I
L_
PART 2 MATERIALS
2.01 CONCRETE
A. Concrete for sidewalks, pavement, and miscellaneous construction shall conform to
ASTM C 94, Alternate 3; and shall have a design mix proportioned for 3,000 pounds
per square inch compressive strength at 28 days. Concrete mix shall contain no less
than 5-1/2 sacks of cement per cubic yard.
2.02 CONCRETE FORMS '
A. All forms for pavement and sidewalks shall be either 2 -inch dimensioned lumber,
plywood, or metal forms.
2.03 CURING COMPOUND
A. Commercial grade conforming to ASTM C 309, Type I.
2.04 REINFORCING STEEL
A. Conform to ASTM A 615, Grade 60.
2.05 BASE COURSE ,
A. Gravel for the base course shall be clean, hard, durable, pit -run crushed stone which
is reasonably graded from coarse to fine. Base course shall conform to Section 303
for Class 7 Base of the Standard Specifications for Highway Construction and
compacted as specified herein.
2.06 GRAVEL SURFACE COURSE
A. Gravel for the surface course shall be clean, hard, and durable, and shall be '
reasonably graded from coarse to fine. The surface course shall conform to Section
303 for Class 7 Base of the Standard Specifications for Highway Construction.
2.07 ASPHALT CEMENT
2.09
A. Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the
Standard Specifications unless otherwise specified.
PRIME COAT
A. Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, or
liquid asphalt MC -70, MC -250, or RC -250 conforming to ASTM D 977, D 2397, D
2027, or D 2028.
TACK COAT
A. Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified.
I
I
I
I
I
FY032142 Fayetteville North College Water Section 02601 -2 ,
I
2.10 ASPHALT CONCRETE, HOT - PLANT MIX
IA. Hot mix asphalt concrete for paving the designated area shall be Type II hot -plant
mix and all materials shall conform to the requirements of Section 407 of the
Standard Specifications for Highway Construction. Portions of the referenced
' specification that are obviously not applicable for the type of work to be done shall
be disregarded.
' 2.11 CULVERT
A. Culvert pipe shall be galvanized corrugated metal pipe not less than 14 -gauge and
' shall conform to AASHTO M 36 with the added requirement that the pipe and
coupling bands shall be completely coated with bituminous material conforming to
ASTM D 449. Provide manufacturer's standard coupling bands, complete. Bolts
' shall be galvanized.
PART 3 EXECUTION
3.01 CONSTRUCTION PROCEDURE
IA. Trench backfill shall be as specified in Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
B. Replace all bituminous pavement damaged under this Contract with like materials.
C. Replace concrete pavement damaged under this Contract with minimum of 6 -inch
' thickness or to conform with existing, whichever is greater.
D. In addition to the requirements set forth herein, the work shall conform to the
applicable workmanship requirements of the AHTD Standard Specifications
'referenced heretofore.
3.02 REMOVAL OF PAVEMENT, SIDEWALK, CURBS, AND GUTTERS
' A. Removal of all pavement, sidewalks, curbs, and gutters shall conform to Section
02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL, and payment
' for removal shall be included in that section.
3.03 STREET MAINTENANCE
' A. Maintain all trenches as specified under Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
' 3.04 EXCAVATION AND BACKFILL
A. Excavation and backfill are specified in Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL. Special backfill around culvert pipe is specified
with the culvert installation.
IFY032142 Fayetteville North College Water Section 02601 -3
I
3.05 INSTALLATION OF CULVERT '
A. Install culvert where shown on the Drawings or where existing culverts are destroyed.
Pipe shall be carefully bedded to provide uniform bearing. Coupling bands shall be
installed in conformance with the manufacturer's recommendations. Use gravel base
course to a point 6 inches above pipe. Backfill remainder with base course material.
Place backfill in 6 -inch lifts uniformly on both sides of the pipe simultaneously, and
thoroughly compact each lift with mechanical tampers before placing the next lift.
3.06 PREPARATION OF SUBGRADE
A. Bring subgrade to proper grade and cross section shown by means of a blade grader
or other suitable equipment. Compact subgrade with bulldozer, roller, loaded trucks,
or other suitable equipment moving uniformly over the surface. As the compaction
of the subgrade proceeds, dig out all soft or spongy areas and fill the resulting holes
with locally available red chert, clay gravel, or other material satisfactory to the
Engineer. Dispose of excess materials resulting from grading. Do not permit heavy
machinery to operate adjacent to structures where such operations may cause damage.
The finished subgrade shall provide a satisfactory base for the road and be acceptable
to the Engineer.
3.07 BASE COURSE
A. Spread gravel base course on prepared subgrade in a uniform layer, without
segregation of size, to such loose depth that, when compacted, the course shall have a
thickness of 6 -inches. Compact the base course to a minimum of 95 percent of the
maximum density as determined by ASTM D 1557. Sprinkle base material as
necessary to aid compaction. Blade ruts and irregularities smooth during the
compaction process until a smooth surface, conforming to the grade shown, is
obtained.
3.08 SURFACE COURSE TOP COURSE
A. The cross section of the finished surface shall be subject to reasonable variation by
the Engineer to meet the varying conditions encountered. Spread the 1 -1/2 -inch
minus rock to such a loose depth that, when compacted, it will be a minimum depth
of 2 -inches. Compact the surface material to the same as that specified for the base
course and blade until the top surface is smooth and conforms to the grade and crown
requirements shown.
3.09 TACK COAT
A. Apply a tack coat on existing asphalt concrete pavement and to each lift of new
pavement that is to receive a succeeding lift in conformance with Section 403 of the
Standard Specifications for Highway Construction.
kxtft�9Oki181�LK47M
A. The prime coat shall be applied to the leveling course in accordance with Section 403
of the referenced specification at the rate of 0.20- to 0.30 -gallon per square yard of
surface area. The exact amount is to be determined by the Engineer.
I
I
rI
I
I
I
Li
[1
I
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water Section 02601 -4 ,
I
I
I
I
3.11 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT
A. Lay asphalt concrete over the base course in a single lift and the compacted depth
shall be 3 -inches. The method of proportioning, mixing, transporting, laying,
processing, rolling the material, and the standards of workmanship shall conform to
the applicable requirements of Section 408 of the Standard Specifications for hot mix
asphalt and Section 410 of the Standard Specifications for cold mix asphalt.
B. The Engineer will examine the base before the paving is begun and bring any
deficiencies to the Contractor's attention to be corrected before the paving is started.
Roll each lift of the asphalt concrete and compact to the density specified in the
referenced Standard Specification for Highway Construction. The grade, line, and
cross section of the finished surface shall conform to the Drawings. Asphalt or
asphalt stains which are noticeable upon surfaces of concrete or materials which will
be exposed to view shall be promptly and completely removed.
' 3.12 SURFACE RESTORATION
I
I
Ii
I
I
I
I
I
I
I
A. Maintain all trenches as specified under Section 02200, EARTHWORK,
EXCAVATION AND BACKFILL, until surface restoration is completed.
3.13 ASPHALT CONCRETE PAVEMENT REPLACEMENT FOR PIPE TRENCHES
A. Bring the trench to a smooth, even grade at the correct distance below the top of the
existing pavement surface so as to provide adequate space for the base course and
pavement. Trim existing pavement to a straight line to remove any pavement which
has been damaged or which is broken and unsound to provide a smooth, sound edge
for joining the new pavement.
B. Compact the subgrade with mechanical vibratory or impact tampers to a minimum of
95 percent of maximum as determined by ASTM D 1557. Any subsequent
settlement of the finished surfacing during the warranty period shall be promptly
repaired by the Contractor, at the Contractor's sole expense.
C. Place sufficient base course on the subgrade to obtain a thickness of 6 inches after
compaction. Place for the full width of the trench and process as required to provide
a smooth surface without segregation.
D. Compact the base course with mechanical vibratory or impact tampers to a minimum
of 95 percent of maximum density as determined by ASTM D 1557. Any subsequent
settlement of the finished surfacing during the warranty period shall be promptly
repaired by the Contractor, at the Contractor's sole expense.
E. Place base course under all pavement to be replaced and, in addition, under gravel
surfaced shoulders and other graveled areas.
F. After the leveling course has been compacted, apply an asphalt prime coat, specified
above, at 0.20 to 0.30 gallon per square yard to the surface of the leveling course and
to the edges of the existing pavement.
G. Place the asphalt concrete on the prepared subgrade over the trench to a compacted
depth of not less than 3 inches or the depth of the adjacent pavement, whichever is
greater. Spread and level the asphalt concrete with hand tools or by use of a
FY032142 Fayetteville North College Water Section 02601 -5
mechanical spreader, depending upon the area to be paved. Bring the asphalt
concrete to the proper grade and compact by rolling or the use of hand tampers where
rolling is impossible or impractical.
H. Roll with power rollers capable of providing compression of 200 to 300 pounds per
linear inch. Begin the rolling from the outside edge of the replacement progressing
toward the existing surfacing, lapping the existing surface at least 1/2 the width of the
roller. If existing surfacing bounds both edges of the replacement, begin rolling at
the edges of the replacement, lapping the existing surface at least 1/2 the width of the
roller, and progress toward the center of the replacement area. Overlap each
preceding track by at least 1/2 the width of the roller and make sufficient passes over
the entire area to remove all roller marks.
I. The finished surface of the new compacted paving shall be flush with the existing
surface and shall conform to the grade and crown of the adjacent pavement.
J. Immediately after the new paving is compacted, all joints between new and original
asphalt pavement shall be painted with hot asphalt or asphalt emulsion and be
covered with dry paving sand before the asphalt solidifies.
K. The surface smoothness of the replaced pavement shall be such that when a
straightedge is laid across the patch area between the edges of the old surfacing and
the surface of the new pavement, the new pavement shall not deviate from the
straightedge more than 1/4 inch.
3.14 WEATHER CONDITIONS
A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during
rainfall, sand or dust storms, or any imminent storms that might adversely affect the
construction. The Engineer will determine when surfaces and material are dry
enough to proceed with construction. Asphalt concrete shall not be placed (1) when
the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or
(3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime
coat shall not be applied when the surface temperature is less than 50 degrees F.
Exceptions will be permitted only in special cases and only with prior written
approval of the Engineer.
3.15 PROTECTION OF STRUCTURES
A. Provide whatever protective covering may be necessary to protect the exposed '
portions of bridges, culverts, curbs, gutters, posts, guard fences, road signs, and any
other structures from splashing oil and asphalt from the paving operations. Remove
any oil, asphalt, dirt, or any other undesirable matter that may come upon these
structures by reason of the paving operations.
B. Where water valve boxes, manholes, catch basins, or other underground utility '
appurtenances are within the area to be surfaced, the resurfacing shall be level with
the top of the existing finished elevation of these facilities. If it is evident that these '
facilities are not in accordance with the proposed finished surface, notify the
Engineer to have the proper authority contacted in order to have the facility altered
before proceeding with the resurfacing around the obstruction. Consider any delays
experienced from such obstructions as incidental to the paving operation. No
additional payment will be made. Protect all covers during asphalt application.
FY032142 Fayetteville North College Water Section 02601 - 6 ,
3.16 EXCESS MATERIALS
I
I
I
I
I
A. Dispose of all excess materials. Make arrangements for the disposal and bear all
costs or retain any profit incidental to such disposal.
3.17 CONTRACTOR'S RESPONSIBILITY
A. Settlement of replaced pavement over trenches within the warranty period shall be
considered the result of improper or inadequate compaction of the subbase or base
materials. The Contractor shall promptly repair all pavement deficiencies noted
during the warranty period at the Contractor's sole expense.
3.18 CONCRETE PAVEMENT
A. Pavement replaced shall be the same thickness as that removed, except that in no
instance shall it be less than a minimum of 8 inches. Protect the newly placed
concrete from traffic for a period of 7 days and cure by covering with burlap, sand,
earth, or sawdust, which is kept continuously wet.
B. Handle and place concrete pavement in accordance with the Standard Specifications
for Highway Construction of the Arkansas State Highway and Transportation
Department.
' 3.19 GRAVEL SURFACING
I
I
I
LI
Li
I
I
L
L
A. Where required by the Drawings, and where necessary to match existing surfaces,
place crushed rock, gravel surfacing material, as specified herein, on streets,
driveways, parking areas, street shoulders, and other graveled areas disturbed by the
construction. Spread the rock by tailgating and supplement by hand labor where
necessary. Level and grade the rock to conform to existing grades and surfaces.
3.20 SIDEWALKS AND CURBS
A. Replace concrete sidewalks and curbs to the same section width, depth, line and
grade as that removed or damaged. Cut ends of existing concrete to a vertical plane.
Prior to replacing the sections, properly backfill and compact the trench to prevent
subsequent settlement.
B. Cut ends of existing curbs to a vertical plane. Construct forms to match existing.
Place concrete and finish exposed surfaces similar to adjacent curb.
C. Replace concrete sidewalks between scored joints and make replacement in a
manner that will avoid a patched appearance. Provide a minimum 2 -inch thick
compacted gravel base course of quality hereinbefore specified. Finish concrete
surface similar to the adjacent sidewalks. Score joints and finish edges with a steel
edging tool.
D. Tunneling under curbs and sidewalks is optional. However, should any subsequent
cracking, subsidence, or any other indication of failure occur within the warranty
period, the damaged section shall promptly be replaced at the Contractors sole
expense.
IFY032142 Fayetteville North College Water
Section 02601 -7
P
Li
3.21 ASPHALT DRIVEWAYS AND WALKS
A. Replace asphalt driveways and walks in accordance with ASPHALT CONCRETE
PAVEMENT REPLACEMENT.
3.22 CLEANUP
A. Clean up all debris and unused materials from the paving operation. Clean all
surfaces that have been spattered or defaced as a result of the paving operation.
3.23 PAVEMENT REPLACEMENT FOR STATE HIGHWAY CROSSINGS
A. This Section covers repair to any highway surfaces that must be cut.
B. All work in connection with the pavement replacement shall be done in strict
accordance with the Permitter's standard specification, and the completed work must
be acceptable to the agency having jurisdiction (State Highway Department).
C. Following placing the backfill and before placing base and pavement, remove
additional existing leveling course and pavement to a depth of 1 foot 9 inches below
finished grade so as to obtain a minimum of 18 -inches bearing on each side of the
trench on undisturbed ground for the new base course. Saw existing pavement to
remove any pavement which has been cracked, torn, or otherwise damaged during
excavation and backfilling. Sawing shall be a straight line and continuous across the
highway surface on both sides so that the replaced section is of a constant and
uniform width. Compact granular backfill to 95 percent maximum density as
determined by ASTM D 698 to a uniform level 12 inches below finished grade.
D. Conform to the requirements of this Section of the Specifications concerning base
and leveling courses and to the requirements of the Permitter.
E. The concrete pavement shall be a 9 -inch thick concrete slab reinforced with 6 -gauge
6 by 6 welded wire fabric. Construction shall be in accordance with the applicable
sections of the Permitter's standard specifications. Protect the pavement from the
traffic for a period of 7 days, during which time cure by covering with burlap, sand,
earth, or sawdust and keep continuously wet or by use of an approved curing
compound.
F. For asphalt concrete pavement, prime prepared surfaces to be bonded. Following '
placing of the prime coat, lay one 3 -inch hot -plant -mix bituminous surface course in
compliance with the applicable sections of the Permitter's standard specifications. ,
Installation shall conform to the detail on the Drawings.
G. Gravel for shoulders shall be 3/4 -inch -minus crushed rock conforming to ROCK
FOR SURFACING AND BASE of this Specification. Resurface all disturbed gravel
shoulders with 2 -inches of crushed rock.
3.24 CONTRACTOR'S RESPONSIBILITY
A. The Contractor shall be fully responsible for settlement or deterioration of the
finished street crossing pavement during the warranty period.
FY032142 Fayetteville North College Water Section 02601 -8 ,
I
B. The Owner will withhold final payment for this project until the Contractor furnishes
a satisfactory release from the Highway Department stating that all claims for labor
and materials have been satisfied and that the Contractor's work across the right -of-
' way has been completed to the satisfaction of the Highway Department.
3.25 PAYMENT
U.
A. Payment for the work under this section shall be based on the appropriate unit prices
stated in the Contractor's Proposal. Payment shall be considered full compensation
for furnishing all labor, materials, and equipment to complete the work as specified
'under this section.
B. Payment for replacement of gravel surface and base course shall be made as specified
' in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL.
3.26 ASPHALT CONCRETE AND PORTLAND CEMENT CONCRETE PAVEMENT
' REPLACEMENT
A. Payment for asphalt concrete and portland cement concrete pavement will be based
Ion the unit price per square yard stated in the Contractor's Proposal for the actual area
replaced. Payment will be limited to a maximum width of 8 feet. All pavement
damaged outside this 8 -foot limit shall be replaced at the Contractor's sole expense.
' The number of square yards will be measured by the Engineer.
B. The unit prices shall include payment for excavation required to provide space for the
' surfacing, preparation of the trench, tack coat, prime coat, surfacing, disposal of all
excess excavated materials, and all other work required to complete the resurfacing.
Asphalt Highway repair shall include a 9 -inch reinforced concrete, base course as
shown on the Drawings.
' 3.27 SIDEWALK REPLACEMENT
A. Payment for replacing the damaged sidewalks shall be based on the unit price per
square yard as stated in the Contractors Proposal. Payment will, however, be limited
to sidewalks replaced within 4 feet of the pipe centerline. All sidewalks damaged
outside this limit shall be replaced at the Contractor's sole expense.
3.28 CURB AND GUTTER REPLACEMENT
A. Payment for replacing damaged curb (and gutter where applicable) shall be based on
the unit price per linear foot as stated in the Contractors Proposal. Payment will,
' however, be limited to curbs and gutters replaced within 4 feet of the pipe centerline.
All curbs and gutters damaged outside of this limit shall be replaced at the
Contractor's sole expense.
END OF SECTION
H
IFY032142 Fayetteville North College Water Section 02601 -9
SECTION 03210
REINFORCING STEEL
' PART1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the
reinforcing steel and welded wire fabric.
1.02 GENERAL
A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL
REQUIREMENTS. In addition, the following specific information shall be
provided:
1. Bending Lists
2. Placing Drawings
PART 2 MATERIALS
2.01 DEFORMED REINFORCING BARS
A. Deformed billet -steel bars conforming to ASTM A615, Grade 60.
' 2.02 WELDED WIRE FABRIC
IA. Conform to ASTM A 185 or A 497.
2.03 ACCESSORIES
A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper
type for intended use. Bar supports in beams, columns, walls, and slabs exposed to
view after stripping shall be small rectangular concrete blocks made up of the same
'
color and same strength concrete being placed around them. Use concrete supports
for reinforcing in concrete placed on grade. Conform to requirements of "Placing
Reinforcing Bars" published by CRSI.
'
H
IFY032142 Fayetteville North College Water Section 03210- I
I
C
PART 3
3.01
A.
B.
3.02
3.03
3.04
3.05
1*64:1018111[SUN
GENERAL
Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of
CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering
Practice.
Notify the Engineer when reinforcing is ready for inspection and allow sufficient
time for this inspection prior to casting concrete.
DELIVERY AND STORAGE
A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy
identification. Store to prevent contact with the ground. The unloading, storing, and
handling bars on the job shall conform to CRSI publication "Placing Reinforcing
Bars".
PLACING REINFORCING STEEL - CLEANING
L
I
I
I
I
A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. ,
STRAIGHTENING AND REBENDING REINFORCING STEEL
A. Do not straighten or rebend metal reinforcement. Where construction access through
reinforcing is a problem, bundling or spacing of bars instead of bending shall be
used. Submit details and obtain Engineer's review prior to placing.
PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL
A.
3.06
A.
3.07
A.
3.08
A.
Conform to the current edition of the ACI Standard Building Code Requirements for
Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings.
REINFORCING STEEL - LOCATION TOLERANCE
Conform to the current edition of "Placing Reinforcing Bars" published by Concrete
Reinforcing Steel Institute and to the Details and Notes on the Drawings.
SPLICING
Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars
shall be staggered.
TYING DEFORMED REINFORCING BARS
Conform to the current edition of "Placing Reinforcing Bars" published by Concrete
Reinforcing Steel Institute and to the Details and Notes on the Drawings.
I
I
I
I
Li
1
I
I
FY032142 Fayetteville North College Water
Section 03210-2 ,
I
3.09 REINFORCEMENT AROUND OPENINGS
' A. Place an equivalent area of steel around the pipe or opening and extend on each side
sufficiently to develop bond in each bar. See the Details on Drawings for bar
' extension length each side of opening. Where welded wire fabric is used, provide
extra reinforcing using fabric of deformed bars.
' 3.10 WELDING REINFORCEMENT
A. Welding shall not be permitted unless the Contractor submits detailed shop drawings,
qualifications, and radiographic nondestructive testing procedures for review by the
Engineer. The Contractor shall obtain the results of this review prior to proceeding.
The basis for the Contractor submittals shall be The Structural Welding Code,
Reinforcing Steel, AWS Dl .4-79, published by the American Welding Society and
the applicable portions of ACI 318, current edition. The Contractor shall test 10
percent of all welds using radiographic, nondestructive testing procedures referenced
in this code.
' 3.11 PLACING WELDED WIRE FABRIC
IA. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1- 1/2
courses of the fabric and a minimum of 6 inches. Tie laps and splices securely at
ends and at least every 24 inches with 16 -gauge black annealed steel wire. Ensure
' that the welded wire fabric is placed at the proper distance above the bottom of the
slab. Conform also to ACI 318-77 and to the current Manual of Standard Practice,
Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement,
bends, laps, and other requirements.
'
3.12 FIELD BENDING
IA. Field bending of reinforcing steel bars is not permitted when rebending will later be
required to straighten bars. Rebending of bars at the same place where strain
hardening has taken place due to the original bend will damage the bar. Consult with
' the Engineer prior to any pour if the contractor foresees a need to work out a solution
to prevent field bending.
' 3.13 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable unit
price or lump sum bid amounts stated in the Proposal.
' END OF SECTION
1
I
IFY032142 Fayetteville North College Water Section 03210-3
I
I
SECTION 03300
CONCRE IE
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the
cast -in -place concrete, including formwork.
B. See Part 3, CONDITIONS OF THE CONTRACT, and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and arc mandatory for this project.
1.02 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL
REQUIREMENTS. In addition, the following specific information shall be
provided:
1. Concrete Mix Design
2. Certification for Aggregate Quality
1.03 PLANT INSPECTION
A. The Engineer shall have access to and have the right to inspect all batch plants
',
cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and
contractors providing products included in these Specifications. Batch plants shall
have current certification that all weighing scales have been tested and are within the
tolerances as set forth in the National Bureau of Standards Handbook No. 44.
B. Batch plant equipment shall be either semiautomatic or fully automatic.
1.04 RELATED WORK SPECIFIED IN OTHER SECTIONS
' Section No. Item
02601 Asphalt and Concrete Restoration
03210 Reinforcement Steel
' PART 2 PRODUCTS
2.01 CEMENT
A. Cement type will be submitted by the Contractor for the Engineer's approval.
2.02 WATER
1 A. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances.
IFY032142 Fayetteville North College Water Section 03300 - I
I
I
2.03 CONCRETE AGGREGATES - GENERAL
A. Natural aggregates, free from deleterious coatings, conforming to ASTM C33,
together with all referenced ASTM Standard Specifications, except as modified
herein. Aggregates shall not be potentially reactive as defined in Appendix XI of
ASTM C33. The Contractor's attention is directed also to Paragraph S1.1 of
Appendix XI of ASTM C 33 since evidence of reactive problems on existing
structures shall be used also to prove that sources of aggregates are reactive and
cannot be used. The Contractor shall be responsible for meeting these Specifications
and shall import nonreactive aggregates if local aggregates are reactive. Aggregates
shall be thoroughly and uniformly washed before use.
2.04 FINE AGGREGATES
A. Conform to ASTM C33. Materials finer than the. 200 sieve shall not exceed 4
percent. Use only clean, sharp, natural sand.
I
I
I
n
2.05 COARSE AGGREGATE '
A. Use only crushed gravels, crushed stone, or a combination of these materials
containing no more than 15 percent float or elongated particles (long dimension more
than five times the short dimension). Materials finer than the 200 sieve shall not
exceed 0.5 percent.
2.06 GROUTS - NONSHRINK
I
A. Nonshrink grout for general use where required, shall conform to the Corps of
Engineers' Specification for Nonshrink Grout, CRD-C621-81, and to these
Specifications. The grout shall be subject to prequalification tests performed by the
grout manufacturer. The results of the tests shall be submitted to and evaluated by
the Engineer and included in this Specification prior to bidding to be acceptable. The
tests shall be performed in an independent test laboratory or other prearranged
location approved by the Engineer to verify fluidity, placement, shrinkage, and
strength. Actual placement tests using steel baseplates will be used. The
manufacturer shall furnish all baseplates and material, and shall perform the testing at
his expense.
B. Grout shall be a fluid grout capable of satisfactorily meeting the Engineer's baseplate '
test and shall be nonmetallic, unless specified for special use hereinafter. The grout
shall be a nongas-liberating type, cement base product; premixed product requiring
only the addition of water for the required consistency. All components shall be
inorganic. No material, except water, shall be added at the project site.
C. The grout product shall satisfy all of the above requirements even though the project
use calls for a dry pack consistency and use.
D. The following listed grouts are the only materials that have been tested, reviewed,
and prequalified by the Engineer, that meet these requirements, and are acceptable for
general use such as grouting of equipment supports.
1. SET nonshrinking grout, Master Builders Co., Cleveland, Ohio 1
FY032142 Fayetteville North College Water Section 03300 - 2 ,
I
1]
I
I
H
I
I
2. Crystex, L & M Construction Chemicals, Inc., Omaha, Nebraska
E. For grouting baseplates for machinery, see Category I and Category II grouts
hereinafter specified.
F. The grout used shall be cured as recommended by the grout manufacturer.
2.07 FORM MATERIAL - GENERAL
A. Form surfaces shall be in "new and undamaged" condition and may be plywood, hard
plastic finished plywood, overlaid waterproof particle board, and steel of sufficient
strength and surface smoothness to produce the specified finish.
B. All joints in forms shall be taped, gasketed, plugged, and/or caulked with an
approved material so that the joint will remain watertight and withstand placing
pressures without bulging outward or creating surface patterns. Formwork with gaps
and apertures in the form surfaces shall not be used. Form surfaces that have been
damaged and are no longer in a smooth "new and undamaged" condition shall not be
reused except in areas where finish is of no real concern and then only after written
approval is obtained from the Engineer.
C. The Contractor shall comply with all form tie requirements included in the various
sections of this Specification, and shall submit shop drawing information for review
by Engineer and obtain approval prior to purchase of forms.
' 2.08 FORM TIES
I
I
I
I
I
Li
I
A. Form ties on exposed surfaces shall be located in a uniform pattern or as indicated on
the Drawings. Form ties shall be constructed so that the tie remains embedded in the
wall, except for a removable portion at each end. Form ties shall have conical or
spherical type inserts, inserts shall be fixed so that they remain in contact with
forming material, and shall be constructed so that no metal is within 1 inch of the
concrete surface when the forms, inserts, and tie ends are removed. Wire ties will not
be permitted. Ties shall withstand all pressures and limit deflection of forms to
acceptable limits.
B . Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum
depth of 1 inch and sufficient dimensions to permit proper patching of the tie hole.
2.09 BOND BREAKER
A. Bond breaker shall be a nonstaining type, which will provide a positive bond
prevention such as Williams Tilt -Up Compound, as manufactured by Williams
Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction
Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit
review copies of manufacturer's data, recommendations, and instructions for specific
use on this project.
2.10 CURING COMPOUND
A. Curing compound to conform to the requirements of ASTM C309, with the
additional requirement that permeability not exceed 0.039 gm/square cm/72 hours.
FY032142 Fayetteville North College Water Section 03300-3
I
PART 3
3.01
Masterseal, manufactured by Master Builders, Cleveland, Ohio; Euco Floor Coat,
manufactured by Euclid Chemical Co., Cleveland, Ohio; or equal. Curing
compounds shall be compatible with required finishes and/or coatings. Tests for
compliance shall be made by manufacturer with certification furnished by the
Contractor. Manufacturer's certification shall state quantity or coverage required to
meet or exceed tests and method of application. The manufacturer shall submit
certification that the product meets ASTM C309 and the additional permeability
requirement, and shall specifically state the coverage required to meet these
requirements. The Contractor shall not use the curing compound where additional
finishes such as hardeners, paintings, staining, and other special coatings are
required. Use water curing as hereinafter specified instead.
EXECUTION
DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL)
A. Before beginning any concrete work, the Contractor shall have the concrete mix
designed and the ingredients selected and proportioned by an approved independent
testing laboratory meeting the requirements of ASTM E 329. Certified copies of all
laboratory trial mix reports shall be sent to the Engineer from the testing laboratory.
Do not place concrete prior to the Engineer's review and acceptance in writing of the
concrete mixes and the cylinder test results from these laboratory mixes.
111
P ffi
C.
D.
The concrete mix shall be designed so that the proportions will produce results that
will meet the requirements of the project.
The concrete shall be proportioned in accordance with ACI 211 subject to the
following specifications.
Design the mix and perform tests to meet the following requirements:
Design strength of structural concrete shall be a minimum of 3,000 psi at 28
days. The combined aggregate grading shall be for the 1 inch grading
combination hereinafter specified, unless otherwise shown on the Drawings
or specified herein.
2. The water -cement ratio or water -cement plus pozzolan ratio, if applicable,
shall not exceed 0.49 by weight, unless otherwise approved in writing by the
Engineer.
Minimum cement content or combined cement plus fly ash content when fly
ash is used for performance and longevity, regardless of design strength, shall
be 423 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size
aggregate, 470 pounds per cubic yard for I -inch maximum size aggregate,
and 517 pounds per cubic yard for 3/4 -inch maximum size aggregate. The
Contractor shall increase cement content or the combined cement plus fly
ash content, when fly ash is used, as required to meet strength requirements.
The amount of fly ash used shall not exceed 25 percent or be less than 15
percent of the total weight of fly ash plus cement. Verify that design mix test
results reflect the slump to be used.
I
I
I
I
C
I
I
I
Li
I
I
H
I
I
I
FY032142 Fayetteville North College Water Section 03300 - 4 '
I
' 4. Concrete used for thrust blocks and encasement of pipelines shall have a
design strength of 2,500 psi at 28 days.
3.02 MEASUREMENT OF MATERIALS AND MIXING
IA. Conform to ACI 304 current edition and to other requirements hereinbefore specified
for mix design, testing, and quality control and to these Specifications.
' 3.03 RETEMPERING
A. The retempering of concrete or mortar in which the cement has partially hydrated will
not be permitted.
' 3.04 REUSE OF FORMS
IA. Reuse of forms will be permitted only if a "like new" condition, unless otherwise
approved in writing, is maintained. The Engineer shall be notified one full working
day prior to concrete placement so that the forms can be inspected. The Contractor
shall correct any defective work, found in the Engineer's inspection, prior to delivery
of concrete to the project. Formwork surfaces that were in good condition and
accepted for use, but were damaged during removal and handling shall not be reused
on additional pours. The Contractor is expected to take care in the handling of forms
and to obtain approval of form surfaces prior to each reuse.
' B. All forms, falsework, shoring, and other structural formwork required shall be
structurally designed by the Contractor and the design shall comply with all
applicable safety regulations, current OSHA regulations, and other codes. Comply
with applicable portions of ACI 347, ACI 318 current edition, and these
Specifications. All design, supervision, and construction for safety of property and
personnel shall be the Contractor's full responsibility.
' 3.05 FORM TOLERANCES
A. Fortes shall be surfaced, designed, and constructed to meet ACI 318 and the
' following minimum requirements for the specified finishes. Failure of the fortes to
produce the specified requirements will be grounds for rejection of the concrete
work. Rejected work shall be repaired or replaced by the Contractor at no additional
' cost to the Owner. All repair or replacement shall be subject to these Specifications
and the approval of the Engineer. Where the Contractor's work does not meet the
tolerance specifications he shall submit his proposed method to upgrade the specified
finish to compensate for the inferior appearance or to repair or provide an acceptable
alternate solution. Obtain in writing the approval of this repair or alternate solution
before proceeding. All repair work or work on an alternate solution required shall be
' at no additional cost to the Owner.
3.06 FORM SURFACE PREPARATION - GENERAL
A. All form surfaces in contact with the concrete shall be thoroughly cleaned of all
previous concrete, dirt, and other surface contaminants prior to preparing by the
applicable method below. Do not reuse damaged form surfaces.
1
IFY032142 Fayetteville North College Water Section 03300 - 5
I
3.07 EXPOSED WOOD FORMS
I
A. All wood surfaces in contact with the concrete shall be coated with an effective
release agent prior to form installation. The release agent shall be nonstaining and
nontoxic after 30 days.
3.08 STEEL FORMS
A. Mill scale and other ferrous deposits shall be sandblasted or otherwise removed from
the contact surface of forms. All forms shall have the contact surfaces coated with a
release agent. The release agent shall be effective in preventing discoloration of the
concrete from rust, and shall be nontoxic after 30 days.
3.09 BEVELED EDGES (CHAMFER)
A. Not used.
3.10 REMOVAL OF FORMS
A. The Contractor shall be responsible for all damage resulting from improper and
premature removal of forms. Satisfy all applicable OSHA requirements with regard
to safety of personnel and property.
3.11 BACKFILL AGAINST WALLS
I
H
I
I
I
A. Not used. '
3.12 PLACING CONCRETE - GENERAL
A. Upon completion of forms and placing of reinforcing steel, and before concrete is
placed, notify other trades whose work is in any way connected to, combined with, or
influenced by the concrete work. Allow them reasonable time to complete their
portion of work which must be completed before concrete is placed.
B. Notify Owner or his authorized representative at least 1 full working day in advance
before starting to place concrete to permit inspection of forms, reinforcing, sleeves,
conduits, boxes, inserts, or other work required to be installed in concrete.
C. Placement shall conform to the requirements and recommendations of ACI 304,
except as modified herein.
D. Place concrete as soon as possible after leaving mixer, without segregation or loss of
ingredients.
E. When placing concrete, use of aluminum pipe or other aluminum conveying devices
will not be permitted.
F. Before depositing concrete, remove debris from the space to be occupied by the
concrete. Prior to placement of concrete, dampen gravel fill under slabs on ground,
dampen sand where vapor barrier is specified, and dampen all wood forms.
Reinforcement shall be secured in position and acceptable to the Engineer before
concrete is placed. Conform to ACI 304 and to other requirements needed to obtain
I
I
u
I
I
I
I
FY032142 Fayetteville North College Water Section 03300-6 ,
H
the finishes specified.
' 3.13 CONVEYOR BELTS AND CHUTES
A. All ends of chutes, hopper gates, and all other points of concrete discharge
throughout the Contractor's conveying, hoisting, and placing system shall be so
designed and arranged that concrete passing from them will not fall separated into
whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a
' type approved by the Engineer. Chutes longer than 50 feet will not be permitted.
Minimum slopes of chutes shall be such that concrete of the specified consistency
will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a
device operated in such a manner that none of the mortar adhering to the belt will be
'
wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall
be provided in the interior of all forms so that the concrete at the places of deposit is
visible from the deck or runway.
' 3.14 PUMPING OF CONCRETE - GENERAL
IA. Pumping of concrete will be permitted only with the Engineer's approval. If the
pumped concrete does not produce satisfactory end results, the Contractor shall
discontinue the pumping operation and proceed with the placing of concrete using
' conventional methods.
3.15 REMOVAL OF WATER
' A. Unless the tremie method of placing concrete is specified, remove all water from the
space to be occupied by the concrete.
3.16 CONSOLIDATION AND VISUAL OBSERVATION
A. Concrete shall be consolidated with internal vibrators having a frequency of at least
' 8000 vpm, with amplitude required to consolidate the concrete in the section being
placed. At least one standby vibrator in operable condition shall be at the placement
site prior to placing the concrete. Consolidation equipment and methods shall
' conform to ACI 309. The forms shall contain sufficient windows or be limited in
height to allow visual observation of the concrete and the vibrator operator shall be
required to see the concrete being consolidated to ensure good quality workmanship,
' or the Contractor shall have a person who is actually observing the vibration of the
concrete at all times and advising the vibrator operator of any changes needed to
assure complete consolidation.
3.17 PLACING CONCRETE IN HOT WEATHER
IA. Prepare concrete aggregates, mixing water, and other ingredients; place concrete;
cure; and protect in accordance with the requirements of ACI 305. Provide special
admixtures and special curing methods required by other paragraphs in this Section
' even though not required by ACI 305 and ACI 318. Water -reducing and/or
set -retarding admixtures shall be used in such quantities as especially recommended
by the manufacturer to assure that the concrete is workable, and lift lines will not be
visible in architectural concrete finishes.
' B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at
FY032142 Fayetteville North College Water Section 03300-7
I
time of placement. Ingredients shall be cooled before mixing to prevent excessive
concrete temperature.
C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet
cover, when necessary.
3.18 PLACING CONCRETE IN COLD WEATHER '
A. Do not place concrete when the ambient temperature is below 40 degrees F, or
approaching 40 degrees F and falling, without special protection as hereinafter
specified. No concrete shall be placed against frozen earth or ice, or against forms
and reinforcement with frost or ice present.
B. Temperatures of the concrete mix shall be as shown below for various stages of
mixing, placing of the concrete mix.
CONCRETE TEMPERATURES
Section size, minimum dimension, inch
Air Temp. 12 in. 12-36 inches 36-72 inches 72 inches
Minimum concrete temperature as mixed for indicated weather: '
Above30F 60F 55F 50F 45F
0to30F 65F 60F 55F 50F
Below0F F 70 F 65 F 60 F 55 F '
Maximum allowable gradual temperature drop in first 24 hours after
end of protection:
50 F 40 F 30 F 20 F
C. Concrete placed shall be cured and protected as hereinafter specified for a minimum
of 7 days except that the strength requirements may require additional protection and
curing during cold weather due to delayed field strength gain.
D. During cold weather concreting the Contractor shall cast six extra test cylinders, for
field curing, from the last 100 cubic yards of concrete but not fewer than three
specimens shall be cast for each 2 hours of placing time or for each 100 yards,
whichever produces greater number of specimens. These specimens shall be in
addition to those cast by the Engineer for lab testing as specified hereinafter in
Paragraph EVALUATION AND ACCEPTANCE OF CONCRETE.
E. Test cylinders shall be protected from the weather until they can be placed under
same protection provided for the parts of the structure which they represent. Test
cylinders shall be tested in accordance with applicable sections of ASTM C 31 and C
39. Evaluation and acceptance as per ACI 318-77, Paragraph 4.8.3.
F. The actual temperature of the concrete surface determines the effectiveness of
FY032142 Fayetteville North College Water Section 03300-8 ,
I
' protection, regardless of air temperatures or whether the objective is durability or
strength. Because comers and edges of concrete are most vulnerable to freezing and
' usually are more difficult to maintain at the required temperature, their temperatures
should be monitored to evaluate and verify the protection provided. The Contractor
shall provide a sufficient number of thermometers to be placed on the concrete
surfaces spaced throughout the work to allow inspection and monitoring of concrete
surface temperatures representative of all the work.
G. Heating units should be vented and not be permitted to heat or dry the concrete
'
locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted
atmospheres or resulting from the use of salamanders or other heating devices which
exhaust flue gases directly into an enclosed area may result in concrete carbonation,
' causing soft surfaces of varying depths depending on the concentration of carbon
dioxide, the temperature at which the concrete was cured, and the relative humidity.
Carbon monoxide, which can occur with partial combustion, and high levels of
' carbon dioxide are potential hazards to workmen. Moreover, strict fire prevention
measures should be enforced. Concrete at any age can be damaged by fire, but at a
very early age it may be additionally damaged by freezing until new protection can
' be provided.
H. Maintain curing conditions which will foster normal strength development without
excessive heat, and without critical saturation of the concrete at the close of the
protection period.
I. Limit rapid temperature changes, particularly before strength has developed
sufficiently to withstand temperature stresses. Sudden chilling of concrete surfaces
or exterior members in relation to interior structure can promote cracking to the
detriment of strength and durability. At the end of the required period, protection
' should be discontinued in such a manner that the drop in temperature of any portion
of the concrete will be gradual and will not exceed, in 24 hours, the amount shown in
the table hereinbefore specified.
IJ. Maintain the temperature of the concrete above 50 degrees for a minimum of 7 days.
The Contractor shall submit his detailed plan for cold weather curing and protection
' of all concrete that is to be placed and/or cured in weather below 40 degrees F.
Reference may be made to the recommendations of ACI 306 and ACI 318 for
additional information. Conform to these Specifications and to any additional
' information in ACI 306 which will provide the temperature protection and curing for
the 7 -day period.
K. Additives for the sole purpose of providing "freeze protection" shall not be used.
Additives to shorten the cure time may be used if approved; however, the concrete
shall be placed and cured at all times at temperatures above freezing as hereinbefore
specified.
' 3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS
A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with
water, cover the horizontal surfaces only with at least 2 inches of grout, as
hereinbefore specified, and immediately place concrete. New concrete is defined as
' less than 60 days old. Limit the concrete lift placed immediately on top of the grout
to 12 inches thick and thoroughly vibrate to mix and consolidate the grout and
' FY032142 Fayetteville North College Water Section 03300 -9
L
concrete together. Provide inspection windows to allow close visual inspection of
this work.
3.20 BONDING TO OLD CONCRETE
A. Coat the contact surfaces with bonding agent specified hereinbefore. The method of
preparation and application of both the bonding agent and the grout shall conform to
the manufacturer's printed instructions and recommendations for specific application
for this project. Obtain this recommendation in writing from the manufacturer's
representative.
3.21 EVALUATION AND ACCEPTANCE OF CONCRETE
A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI
318-83), Section 4.7, "Evaluation and Acceptance of Concrete", and to the following
specifications:
The Contractor will have tests made by an independent testing laboratory,
approved by the Owner, to determine compliance with the Specifications.
The Contractor shall furnish necessary labor to assist testing agencies in
obtaining, handling, and protecting and/or curing samples at the jobsite. The
Contractor shall provide adequate facilities for safe storage and proper curing
of concrete test cylinders on the project site for the first 24 hours, and for
additional time as may be required before transporting to the test lab.
Specimens will be made, cured, and tested in accordance with ASTM C 31
and ASTM C 39.
2. One set of test cylinders for each class of concrete placed each day shall be
taken not less than once a day, nor less than once for each 100 cubic yards of
concrete, nor less than once for each 3,000 square feet of wall or slab surface
area. Each set of test cylinders shall consist of one cylinder to be tested at 7
days, and two (2) cylinders to be tested at 28 days, and one spare cylinder for
28 day test if necessary. The Contractor may take any additional cylinders he
feels necessary.
3. The frequency of testing may be increased if necessary. Additional testing, if
required, will be paid by the Owner.
4. Where the term "building official" is used in Section 4.7 of ACI 318-83, the
term shall be redefined to "the Owner's representative".
3.22 DEFECTIVE AREAS
A. Remove all defective concrete such as honey -combed areas and rock pockets out to
sound concrete. Small shallow holes caused by air entrapment at the surface of the
forms shall not be considered defects unless the amount is so great as to be
considered not the standard of the industry and due primarily to poor workmanship.
If chipping is required, the edges shall be perpendicular to the surface. Feather edges
shall not be permitted. The defective area shall be filled with a nonshrink,
nonmetallic grout. Use an approved bonding agent on horizontal patches prior to
placing nonmetallic, nonshrink grout. Since some bonding agents may not be
compatible for some vertical surface patching techniques, submit all proposed
I
I
I
I
I
I
I
I
J
I
I
I
LI
LI
LI
I
FY032142 Fayetteville North College Water Section 03300 - 10 1
I
' methods for repair of vertical surfaces prior to ordering materials. The Contractor
shall consult with representatives of the bonding agent manufacturer and the
' nonshrink grout manufacturer, and obtain a written recommendation for the patching
of defective areas. Submit this information for review prior to performing the work.
3.23 CONCRETE SLAB FINISHES
A. The excessive use of "jitterbugs" or other special tools designed for the purpose of
forcing the coarse aggregate away from the surface and allowing a layer of mortar to
'
accumulate will not be permitted on any slab finish. The dusting of surfaces with dry
materials will not be permitted. Slabs and floors shall be thoroughly compacted by
vibration. All edges of slabs and tops of walls shall be rounded off with a steel
' edging tool, except where a cove finish is indicated on the Drawings. Steel edging
tool radius shall be 1/4 inch for all slabs subject to wheeled traffic.
3.24 CURING OF CONCRETE
A. Cure concrete by keeping the surface continuously wet for 7 days where normal
' portland cement is used, or 3 days where high -early strength Type III cement is used.
Subject to approval by the Engineer, one of the following methods shall be followed:
1. Concrete forms shall be left in place and kept sufficiently damp at all times to
prevent opening of the joints and drying of the concrete; or
2. A curing compound as hereinbefore specified, where allowed, shall be
applied immediately after removal of forms.
3. Exposed surfaces shall be continuously sprinkled.
B. Slabs:
1. Protect surface by ponding; or
2. Cover with burlap or cotton mats kept continuously wet; or
' 3. Cover with I -inch layer of wet sand, earth, or sawdust, and keep continuously
wet; or
' 4. Continuously sprinkle the exposed surface; or
' 5. Other agreed upon method that will provide that moisture is present and
uniform at all times on the entire surface of the slab; the Contractor shall
determine the best method of his operation to ensure a good water cure and
submit this for review.
' 3.25 CURING AND PROTECTION IN COLD WEATHER
' A. Conform to cold weather concreting hercinbefore specified and to ACI 306. Where
water curing, as specified hereinbefore for slabs, is not possible, use a double
coverage of an approved curing compound and protect the slabs during the cold
' weather from traffic by the use of Visqueen or other material inside the required
heated enclosure if foot traffic is permitted on the slabs. Repair or replace concrete
IFY032142 Fayetteville North College Water Section 03300 - II
damaged by cold weather.
3.26 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable lump
sum or unit price bid amounts stated in the Proposal.
B. No separate payment shall be made for concrete used as pipe fitting thrust blocks.
The cost of thrust blocks shall be included in the payment for the cast iron fittings.
C. No separate payment will be made for concrete used around valve boxes.
END OF SECTION
FY032142 Fayetteville North College Water Section 03300 - 12
I
IH
I
I
I
I
I
Li
I
I
I
SECTION 15001
PLANT PIPING - GENERAL
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the plant
piping specified herein, and as further specified in the Detail Piping Specifications
hereinafter.
B. All pipe, fittings, valves and related appurtenances as well as installation procedures
shall conform to Fayetteville's Standard Water Line Specifications appended hereto.
In the case of conflict between these Specifications and Fayetteville's Standard
Specifications, Fayetteville's Standards shall govern.
1.02 GENERAL
A. Like items of material provided hereunder shall be the end products of one
manufacturer.
B. See CONDITIONS OF THE CONTRACT and Division I, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
1.03 PIPE FITTINGS AND COUPLING COMPATIBILITY
A. To assure uniformity and compatibility of piping components in piping systems,
fittings and couplings shall be furnished by the same manufacturer.
1.04 SUBMITTALS DURING CONSTRUCTION
IA. In addition to the requirements of Section 01300, SUBMITTALS DURING
CONSTRUCTION, Division 1, GENERAL REQUIREMENTS, the following
information shall be provided:
I
I
11
I
I
Shop Drawings: A specific selection of pipe material and joint type
for each pipeline.
2. Drawings of each piping system to the scale shown on the Drawings,
locating each support and hanger, identifying the type by catalog
number or shop drawing detail number, and showing anchor locations
and identifying them by shop drawing detail number.
3. Detail installation drawings, catalog information, and complete
component selection list for metal framing pipe support systems in
the pipe galleries, trenches, and other locations employing metal
framing pipe support systems.
IFY032142 Fayetteville North College Water Section 15001-I
11
4. Thrust blocking and pipe restraints shall be provided for all
mechanical joint fittings. All thrust blocking shall meet or exceed the
requirements shown on the Drawings. For locations where thrust ties
are required, the Contractor shall submit calculations of the pipe
lengths to be restrained for the Engineer's review. Restrained joints
shall comply with ANSI/AWWA A21.51/C151.
5. Submit manufacturer's written certification that the factory -applied
coating system(s) is identical to the requirements specified herein.
Where, in the manufacturer's opinion, the coating system(s) exceeds
the requirements specified herein, submit complete technical
literature of the proposed system(s) to the Engineer for review.
1.05 STANDARDS, SPECIFICATIONS, AND CODES
A. Piping systems shall conform to the Standards issued by the Fayetteville Water
Department.
PART 2 PRODUCTS I
2.01 GENERAL '
A. The materials to be used for the piping systems are shown on the Drawings.
2.02 PIPE JOINTS FOR EXPOSED PIPING
A. Flanged, weld, soldered, or screwed end pipe joints shall be used on exposed piping.
Changes in pipe joints shall be submitted with the shop drawings, as specified
hereinbefore, for the Engineer's approval.
2.03 PIPE ENDS FOR BURIED PIPING
A. Mechanical joint or push -on joint pipe ends shall be used for all buried ductile iron
pipe and fittings. PVC pipe shall be push -on joint. Anchoring of retainer glands with
setscrews is not acceptable. Megalug retainer glands are required on all mechanical
joint fittings. Megalug retainer glands shall be specifically designed for use on PVC
pipe or ductile iron pipe, as applicable.
B. Within the limitations noted above, all pipe materials and joints do not necessarily
have to be the same for all lines in a specific service, except that the materials and
joints fdr any particular building, or between any two buildings, or for any particular
buried line, shall be the same.
2.04 PIPE MATERIALS
A. Black steel shall comply with Standard API -5L, Schedule 40 (standard weight) ASA
B36. 10. Pipe threads shall comply with standard for pipe threads, API Standard 5B.
Pipe joints may be screwed, flanged, or welded. Fitting shall be malleable iron or
steel and shall be copper or brass when used with copper or brass pipe or tubing.
FY032142 Fayetteville North College Water Section 15001-2 ,
I
2.05 GALLERY AND TRENCH PIPING EXPANSION PROVISIONS
A. All piping in galleries and trenches must be installed to allow for thermal expansion
due to the differences between installation and operating temperatures.
' 2.06 BUILDING PIPING EXPANSION PROVISIONS
A. The Contractor may install additional flexible couplings to facilitate piping
installation, provided that he submits complete details describing location, pipe
supports, and hydraulic thrust protection. Acceptable types of flexible couplings and
expansion joints shall be as follows:
2.07 METALLIC PIPING SYSTEMS
A. Flexible Couplings: Except as noted, flexible couplings for use with steel pipe shall
be Dresser, Style 38; Rockwell, Style 411; or equal. Flexible couplings for use with
ductile iron pipe shall be Dresser, Style 53 or 153; Rockwell, Style 431; or equal,
with zinc -plated bolts and nuts. Thrust ties shall be provided as required and shown
to sustain the force developed by 1-1/2 times the operating pressure specified.
B. Transition Couplings: Transition couplings used to connect pipes with small
differences in outside diameter shall be Dresser, Style 162; Rockwell, 413; or equal.
C. Flanged Coupling Adapters: Flanged coupling adapters shall be Series 912 for
' ductile iron piping and Series 913 for steel piping, as manufactured by Rockwell
International; or Style 127 for ductile iron piping and Style 128 for steel piping, as
manufactured by Dresser Industries, Inc.; or equal. Couplings shall be provided with
thrust ties attached to the pipe with welding lugs, cast -in -place lugs, or friction
'
collars. Anchor studs placed perpendicular to the longitudinal axis of the pipe are
unacceptable. Thrust protection shall be adequate to sustain the force developed by
1-1/2 times the operating pressures specified.
PART 3 EXECUTION
1 3.01 GENERAL
IA. Prior to the start of the work, submit satisfactory evidence to the Engineer that all
insurance coverage requirements have been complied with. All proposed
construction methods and materials for the undercrossing shall be approved by the
' Engineer prior to the crossing operation, and no construction shall be started until
written approval to proceed has been issued.
' 3.02
I
I
I
PIPE PREPARATION AND HANDLING
A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is
installed or the buried pipe or fitting is lowered into the trench. The interior and
exterior protective coating shall be inspected. Clean ends of pipe thoroughly.
Remove foreign matter and dirt from inside of pipe and keep clean during and after
laying.
B.
Use
proper implements,
tools, and facilities for the safe and proper protection of the
FY032142
Fayetteville
North College Water
Section 15001-3
[.I
3.03
3.04
3.05
3.06
3.07
3.08
pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the
pipe. Do not drop or dump pipe into trenches under any circumstances.
PREPARATION OF TRENCH - LINE AND GRADE
A. Grade the bottom of the trench by hand to the line and grade to which the pipe is to
be laid, with proper allowance for pipe thickness and for pipe base when specified or
indicated. Remove hard spots that would prevent a uniform thickness of bedding.
Before laying each section of the pipe, check the grade with a straightedge and
correct any irregularities found. The trench bottom shall form a continuous and
uniform bearing and support for the pipe at every point between bell holes, except
that the grade may be disturbed for the removal of lifting tackle.
BELL (JOINT) HOLES
A. At the location of each joint, dig bell (joint) holes of ample dimensions in the bottom
of the trench and at the sides where necessary to permit easy visual inspection of the
entire joint.
REMOVAL OF WATER
A. Provide and maintain ample means and devices at all times to remove and dispose of
all water entering the trench during the process of pipe laying. The trench shall be
kept dry until the pipe laying and jointing are completed. Removal of water shall be
in conformance with specifications in Section 02200, EARTHWORK, TRENCH
EXCAVATION AND BACKFILL.
PREVENT TRENCH WATER AND ANIMALS FROM ENTERING PIPE
A. When the pipe laying is not in progress, including the noon hours, the open ends
of pipe shall be closed, and no trench water, animals, or foreign material shall be
permitted to enter the pipe.
PIPE COVER
A. Minimum water main cover shall be 3 feet below natural grade. Minimum service
pipe cover shall be 2.5 feet.
LAYING BURIED PIPE
A. All buried pipe shall be prepared as hereinbefore specified and shall be laid on the
prepared base and bedded to ensure uniform bearing. No pipe shall be laid in water
or when, the in the opinion of the Engineer, trench conditions are unsuitable. Joints
shall be made as herein specified for the respective types. Take all precautions
necessary to prevent uplift and floating of the pipe prior to backfilling.
B. Where the pipe is connected to concrete structures, the connection shall be made as
shown. Make connection such that a standard pipe joint is located no more than 36
inches from the structure.
I
I
I
Li
1l
I
I
I
I
I
I
1
I
FY032142 Fayetteville North College Water
Section 15001-4 ,
3.09 WALL PIPES AND PIPE SLEEVES
H
H
I
H
H
L. J
I
I
I
I
I
I
C
I
I
A. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be
embedded as specified in Section 03300, CONCRETE and as shown. Support all
pipes embedded in concrete walls, floors, and slabs with formwork to prevent contact
with the reinforcing steel.
3.10 INSTALLATION OF FLEXIBLE COUPLINGS, FLANGED COUPLING
ADAPTERS, AND SERVICE SADDLES
A. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide
a clean seat on the gasket. Care shall be taken that the gaskets are wiped clean before
they are installed. If necessary, flexible couplings and flanged coupling adapter
gaskets may be lubricated with soapy water or manufacturer's standard lubricant
before installation on the pipe ends. Install in accordance with the manufacturers
recommendations. Bolts shall be tightened progressively, drawing up bolts on
opposite sides a little at a time until all bolts have a uniform tightness. Workmen
tightening bolts shall use torque -limiting wrenches.
3.11 INSTALLATION OF INSULATING FLANGES, COUPLINGS, AND UNIONS
A. Install insulating flanges, couplings, or unions wherever copper and ferrous metal
piping are connected, wherever cathodically protected steel lines enter buildings,
wherever submerged metallic piping is connected to unsubmerged piping, and where
shown on the Drawings. All submerged metallic piping shall be isolated from the
concrete reinforcement.
3.12 TESTING - GENERAL
A. Representatives of the Fayetteville Water Department shall be present when water
mains are tested.
B. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all
necessary equipment and material and make all taps in the pipe, as required. The
Engineer will monitor the tests. Test pressures shall be 150% of normal operating
pressures except where governing codes or regulations specify higher test pressures,
or as otherwise specified.
C. The minimum test pressure at any point in the water system shall be 120 psi.
3.13 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE
A. New pipelines which are to be connected to existing pipelines shall be tested by
isolating the new pipe with the required valves or with grooved end pipe caps,
spectacle blinds, or blind flanges.
3.14 PREPARATION AND EXECUTION - BURIED PIPING
A. Conduct final acceptance tests on buried piping that is to be hydrostatically tested
after the trench has been completely backfilled. The Contractor may, if field
conditions permit, as determined by the Engineer, partially backfill the trench and
leave the joints open for inspection and conduct an initial service leak test. The
' FY032142 Fayetteville North College Water Section 15001-S
3.15
A.
3.16
A.
3.17
acceptance test shall not, however, be conducted until all backfilling has been
completed.
EXPOSED PIPING
Conduct the tests on exposed piping after the piping has been completely installed,
including all supports, hangers, and anchors.
HYDROSTATIC LEAK TESTS - EQUIPMENT
Furnish the following equipment for the hydrostatic tests:
I
I
.1
I
Amount Description I
Graduated containers
Pressure gauges
Hydraulic force pump
Suitable hose and suction pipe as required.
A. Water shall be used as the hydrostatic test fluid unless otherwise specified. Test
water shall be clean and shall be of such quality as to minimize corrosion of the
materials in the piping system. Vents at all high points of the piping system shall be
opened to purge air pockets while the piping system is filling. Venting during the
filling of the system also may be provided by the loosening of flanges having a
minimum of four bolts or by the use of equipment vents. All parts of the piping
system shall be subjected to the test pressure specified. The hydrostatic test pressure
shall be continuously maintained for a minimum time of 30 minutes and for such
additional time as may be necessary to conduct examinations for leakage.
Examination for leakage shall be made at all joints and connections. The piping
system, exclusive of possible localized instances at pump or valve packing, shall
show no visual evidence of weeping or leaking. Any visible leakage shall be
corrected at the Contractor's sole expense.
3.18 BURIED WATER AND WASTEWATER PRESSURE LINES
A. Some leakage is permissible from buried water and wastewater pressure lines.
Consequently, the hydrostatic testing of these pipelines must be conducted in a
different manner, as follows:
Where any section of pipe is provided with concrete thrust blocking,
do not make the pressure test until at least 5 days have elapsed after
the thrust blocking is installed. If high -early cement is used for thrust
blocking, the time may be reduced to 2 days. When testing
cement -mortar lined piping, slowly fill the section of pipe to be tested
with water and allow to stand for 24 hours under slight pressure to
allow the cement -mortar lining to absorb water.
2. Expel all air from the piping system prior to testing and apply and
maintain the specified test pressure by means of the hydraulic force
pump. Valve off the piping system when the test pressure is reached
FY032142 Fayetteville North College Water Section 15001-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J
and conduct the pressure test for 2 hours, reopening the isolation
valve only as necessary to restore the test pressure. The pump suction
shall be in a barrel or similar device, or metered so that the amount of
water required to maintain the test pressure may be measured
accurately. This measurement represents the leakage, which is
defined as the quantity of water necessary to maintain the specified
test pressure for the duration of the test period. No pipe installation
will be accepted if the leakage is greater than the number of gallons
per hour as determined by the following formula:
ND(P) ('rz)
L= 7400
In the above formula:
IL = Allowable leakage, in gallons per hour
N = Number of joints in the length of pipe tested
D = Nominal diameter of pipe, in inches
' P = Average test pressure during the leakage test,
in pounds per square inch
' 3. The Contractor shall correct any leakage greater than the allowance
determined under this formula at the Contractor's sole expense.
' 3.19 INITIAL SERVICE LEAK TESTS - EQUIPMENT
A. Equipment used for initial service leak testing may be the same as that specified
under HYDROSTATIC LEAK TESTS hereinbefore, or the pump or compressor
connected to the piping system.
3.20 SERVICE LEAK TESTS - PROCEDURE
A. The initial service leak test shall be performed by gradually bringing the piping
system up to normal operating pressure and holding it there continuously for a
t minimum time of 10 minutes. Examination for leakage shall be made at all joints
and connections. The piping system, exclusive of possible localized instances at
pump or valve packing, shall show no visual evidence of weeping or leaking. Any
' visible leakage shall be corrected at the Contractor's sole expense.
3.21 TEST RECORDS
IA. Records shall be made of each piping system installation during the test. These
records shall include:
I. Date of test
2. Description and identification of piping tested
3. Test fluid
' 4. Test pressure
5. Remarks, to include such items as:
a. Leaks (type, location)
' b. Repairs made on leaks
6. Certification by Contractor and written approval by Engineer
' FY032142 Fayetteville North College Water Section 15001-7
I
3.22 INTERIM CLEANING
A. Care shall be exercised during fabrication to prevent the accumulation of weld rod,
weld spatter, pipe cuttings and filings, gravel, cleaning rags, etc. within piping
sections. All piping shall be examined to assure removal of these and other foreign
objects prior to assembly. Shop cleaning may employ any conventional commercial
cleaning method if it does not corrode, deform, swell, or otherwise alter the physical
properties of the material being cleaned.
3.23 FINAL CLEANING I
A. Following assembly and testing and prior to final acceptance, all pipelines installed
under this section shall be flushed with water and all accumulated construction debris
and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet
per second. Cone strainers shall be inserted in the connections to attached
equipment and left there until cleaning has been accomplished to the satisfaction of
the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger
or by dropping spools and valves.
3.24 CORROSION PROTECTION FOR DUCTILE IRON PIPES- INTERIOR LININGS
A. Cement Linings: All piping that is to be cement -lined shall be lined and seal coated
with Type II or Type III cement in accordance with ANSI A21.4. All ductile iron
pipe shall be cement -lined and seal coated, except where noted otherwise on the
Detailed Pipe Specifications.
3.25 DISINFECTION
A. Pipelines intended to carry potable water shall be disinfected before placing in
service. Disinfecting procedures shall conform to AWWA C-601, as hereinafter
modified or expanded.
B. Flushing: Before disinfecting, flush all foreign matter from the pipeline. Provide
hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without
damage to adjacent properties. Flushing velocities shall be at least 2.5 fps. For large
diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps
velocity, clean the pipeline in place from the inside by brushing and sweeping, then
flush the line at a lower velocity. ,
C. Disinfecting Mixture: Disinfecting mixture shall be a chlorine -water solution having
a free chlorine residual of 40 to 50 ppm. The disinfecting mixture shall be prepared
by injecting: (1) A liquid chlorine gas -water mixture; (2) dry chlorine gas; or (3) a
calcium or sodium hypochlorite and water mixture into the pipeline at a measured
rate while fresh water is allowed to flow through the pipeline at a measured rate so
that the combined mixture of fresh water and chlorine solution or gas is of the
specified strength.
D. The liquid chlorine gas -water mixture shall be applied by means of a standard '
commercial solution feed chlorinating device. Dry chlorine gas shall be fed through
proper devices for regulating the rate of flow and providing effective diffusion of the ,
gas into the water within the pipe being treated. Chlorinating devices for feeding
solutions of the chlorine gas or the gas itself must provide means for preventing the
FY032142 Fayetteville North College Water Section 15001-8
I
I
solutions of the chlorine gas or the gas itself must provide means for preventing the
backflow of water into the chlorine cylinder.
E. If the calcium hypochlorite procedure is used, first mix the dry powder with water to
make a thick paste, then thin to approximately a I percent solution (10,000 ppm
chlorine). If the sodium hypochlorite procedure is used, dilute the liquid with water
to obtain a 1 percent solution. The following proportions of hypochlorite to water
will be required:
' Product Quantity Water
11
H
I
1
I
I
I
I
I
I
I
I
Calcium Hypochlorite (1) I lb 7.5 gal.
(65 to 70 percent Cl)
Sodium Hypochlorite (2) 1 gal 4.25 gal.
(5.25 percent Cl)
Comparable to commercial products known as HTH, Perchloron, and
Pittchlor
2. Known as liquid laundry bleach, Clorox, Purex, etc.
3.26 POINT OF APPLICATION
A. Inject the chlorine mixture into the pipeline to be treated at the beginning of the line
through a corporation stop or suitable tap in the top of the pipeline. Clean water from
the existing system or another source shall be controlled so as to flow slowly into the
newly installed piping during the application of chlorine. The rate of chlorine
mixture flow shall be in such proportion to the rate of water entering the pipe that the
combined mixture shall contain 40 to 50 ppm of free available chlorine. Valves shall
be manipulated so that the strong chlorine solution in the line being treated will not
flow back into the line supplying the water. Use check valves if necessary.
3.27 RETENTION PERIOD
A. Treated water shall be retained in the pipeline long enough to destroy all
nonspore-forming bacteria. With proper flushing and the specified solution strength,
24 hours is adequate. At the end of the retention period, the disinfecting mixture
shall have a strength of at least 10 ppm of chlorine.
B. Operate all valves, hydrants, and other appurtenances during disinfection to assure
that the disinfecting mixture is dispersed into all parts of the line, including dead
ends, new services, and similar areas that otherwise may not receive the disinfection
solution.
C. Do not place concentrated quantities of commercial disinfectants in the line before it
is filled with water.
D. After chlorination, flush the water from the permanent source of supply until the
water through the line is equal chemically and bacteriologically to the permanent
source of supply.
FY032142 Fayetteville North College Water Section 15001-9
I
3.28
3.29
3.30
3.31
DISPOSAL OF DISINFECTING WATER
A. Dispose of disinfecting water in an acceptable manner that will protect the public and
publicly used receiving waters from harmful or toxic concentrations of chlorine. Do
not allow disinfecting water to flow into a waterway without adequate dilution or
other satisfactory method of reducing chlorine concentrations to a safe level.
B. The Contractor shall meet all requirements of the Arkansas State Plumbing Code.
SAMPLING DISINFECTED MAINS
A. After disinfecting and flushing water mains, collect two samples (one each on
successive days) from each segment of the water main. Submit samples to the
Arkansas Department of Health for testing. If samples fail, resample the main on two
successive days, and continue resampling until two samples taken on successive days
are approved by the Health Department. When approval of these samples is
obtained, the water main segment can then be put in service.
WATER AND SEWER LINE CROSSINGS
A. Where water and sewer lines necessarily cross, the water line should be at least 18 -
inches superior, crown to invert, to the sewer line, with the pipe line initial backfill
(from bedding to 12 -inches above pipe), compacted with clay. Where vertical
separation is less than 18 -inches, steel encasement shall be installed on the water line
or sewer line as indicated on the Details. The cost of the clay liner shall be included
in the cost for the sewer or water pipe. The cost for the steel encasement shall be paid
for on a unit price basis as listed in the Proposal.
17.V/I11
A. Payment for the work in this Section will be included as part of the payment for the
piping covered by the applicable Detail Piping Specifications of this Section.
END OF SECTION
I
I
I
I
I
I
I
I
H
H
I
I
H
L
FY032142 Fayetteville North College Water Section 15001-10 ,
C
H
F
SECTION 15001-2
CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS
PARTI GENERAL
' 1.01 SCOPE
I
A. This Section covers the work necessary to furnish and install, complete, the
cement -lined ductile iron pipe and ductile iron fittings specified herein, and as
specified further in Section 15001, PLANT PIPING - GENERAL.
B. Service shall include ductile iron pipe used for fire hydrant stubs and fittings used for
water mains.
1.02 GENERAL
A. See Section 15001, PLANT PIPING - GENERAL, for additional requirements.
I
PART 2 PRODUCTS
' 2.01 PIPE
J
I
I
I
I
I
Li
I
A. Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151, cement -lined
and seal -coated in accordance with ANSI A21.4, 350 psi minimum working pressure.
2.02 JOINTS
A. Flanged, mechanical joint, push -on restrained joint (American Flex -Ring joint or
equal), or push -on as specified in Section 15001, PIPING - GENERAL and as shown
on the Drawings.
B. Joints inside casings shall be thrust restrained.
2.03 FITTINGS
A. Gray or ductile iron, 250 psi minimum working pressure, cement -lined and
seal -coated. Where taps are shown on fittings, tapping bosses shall be provided.
B. Flanged: ANSI/AWWA C -I 10 & ANSI B16.1, faced and drilled 125 -pound ANSI
standard.
C. All buried pipe fittings 2" and larger in size shall be cast or ductile iron, mechanical
joint, conforming to ANSI/AWWA C- 110 and ANSI/AWWA C-111, or AWWA C-
153. Megalug thrust restraints shall be used with mechanical joint fillings. The
Megalug units shall be specifically designed for the type of pipe being used (PVC or
ductile iron).
IFY032142 Fayetteville North College Water
Section 15001-2 - I
LJ
2.04 FLANGES '
A. ANSI A21.15/AWWA C-115, threaded, 250 psi working pressure, ANSI 125 -pound
drilling.
2.05 BOLTS
A. Nuts, bolts and other hardware for flanged fittings shall be stainless steel.
B. For mechanical joint use manufacturer's standard.
2.06 GASKETS
A. Gaskets for mechanical or Flex -Ring joints shall be rubber, conforming to ANSI
A21.11, AWWA C-111.
B. Gaskets for flanged joint shall be 1/8 -inch thick, cloth -inserted rubber conforming to
applicable parts of ANSI B 16.21 and AWWA C-207. Gasket material shall be free
from corrosive alkali or acid ingredients and suitable for use in sewage or potable
waterlines. Gaskets shall be full -face type for 250 -pound FF flanges.
1
L
I
C
I
2.07 LUBRICANT '
A. Lubricant for mechanical joint end piping shall be manufacturer's standard.
2.08 TRACE WIRE '
A. Trace wire shall be 14 gauge insulated copper wire.
2.09 POLYETHYLENE ENCASEMENT
A. Polyethylene materials for pipe encasement shall meet the requirements of
ANSI/AWWA C-I05/A21.5-82, or latest revision thereof.
2.10 DETECTABLE TAPE
A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or
approved equal, and shall consist of a minimum thickness of 0.35 mils solid
aluminum foil encased in a protective inert jacket that is impervious to all known
alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall
thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches
with a medium unit weight of 2 V2 pounds / 1 inch x 1000 feet.
The tape shall be color coded and imprinted with message as follows:
Type of Utility Color Code
Water Safety Precaution Blue
Caution, Buried Water Line Below
J
I
I
I
I
I
I
1
FY032142 Fayetteville North College Water Section 15001-2-2 '
I
PART 3 EXECUTION
3.01 HANDLING PIPE
A. Care shall be taken not to damage the cement lining when handling the pipe.
3.02 CUTTING PIPE
' A. Cut pipe with milling type cutter or abrasive saw cutter. Do not flame cut.
3.03 DRESSING CUT ENDS
' A. Dress cut ends of pipe in accordance with the type ofjoint to be made.
B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which
may damage the rubber gasket.
C. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe
manufacturer.
D. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as
recommended by the coupling or adapter manufacturer.
3.04 MECHANICAL AND PUSH ON JOINT
' A. Join pipe with mechanical or push -on type joints in accordance with the
manufacturer's recommendations. Provide all special tools and devices, such as
special jacks, chokers, and similar items required for proper installation. Lubricant
for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes
will be permitted under any circumstances.
' 3.05 POLYETHYLENE ENCASEMENT
A. Procedures set forth in ANSI/AWWA C-I05/A21.5-82, or latest revision, shall be
' followed during construction. Polyethylene encasement will be installed on all
buried uncased ductile or cast iron pipe and fittings used on this project. Two layers
(double wrap) of polyethylene encasement will he used at all ductile or cast iron pipe
and fitting locations.
3.06 TRACE WIRE
A. Run trace wire continuous from valve box to valve box, meter box and other access
points. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or
' tape wire to each pipe section. Join wire segments by soldering or by using approved
wire nuts. Pipe testing shall include following trace wire. Any wire breaks or
incomplete splices shall be repaired by the Contractor at no additional expense.
' Include trace wire in the price for pipe.
3.07 DETECTABLE TAPE
A. Install detectable tape over the center of the pipe, approximately 18 -inches above the
top of the pipe.
IFY032142 Fayetteville North College Water Section 15001-2-3
3.08 TESTING '
A. All pressure lines shall be hydrostatically tested. Test procedures shall be as
specified in Section 15001, PIPING - GENERAL.
3.09 PAYMENT
A. Payment for the work described in this Section will be included as part of the unit
price or lump sum bid amounts stated in the Proposal. Unit prices bid for pipe shall
include trenching, trace wire, detectable tape, double wrap polyethylene encasement,
pipe zone material, backfilling above the pipe zone, topsoil replacement, finish
grading, seeding and fertilizing and final clean-up.
B. Payment for pipe shall be made at 80% of the unit bid price upon pipe installation,
backfilling, and rough grading. Payment shall be increased to 85% upon completion
of testing. Payment will be increased to 98% of the unit price bid upon seeding,
fertilizing and final cleanup. The remaining 2% will be released upon satisfactory
establishment of a grass stand.
C. Payment for mechanical joint cast or ductile iron fittings shall be made at the unit
price bid in the Proposal per pound, based on the weight of the fittings installed.
Weight values will be taken from the current Ductile Iron Pipe Research Association
handbook for mechanical joint fittings for AWWA C -I 10 fittings. If compact fittings
are used, fitting weights shall be taken from the applicable tables in AWWA C -I 53.
Glands, bolts, megalugs, and gaskets shall be included in the unit price payments,
however, the weight of these items will not be added to the handbook's fitting weight.
All buried pipe fittings 2" and larger in size shall be cast or ductile iron. Double
wrap polyethylene encasement shall be included in the payment for mechanical joint
fittings.
END OF SECTION
I
I
I
1
I
I
I
u
I
I
Li
I
I
FY032142 Fayetteville North College Water Section 15001-2-4 '
r
SECTION 15001-14
' POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install, complete, the polyvinyl
' chloride pipe and fittings specified herein, and as specified further in Section 15001,
PLANT PIPING - GENERAL.
' B. Service shall include water lines ranging from 2 inch to 12 inch, used at the locations
designated on the Drawings.
1.02 GENERAL
A. See Section 15001,PLANT PIPING -GENERAL, for additional requirements. All
piping system components shall be the products of one manufacturer.
PART2 PRODUCTS
' 2.01 AWWA PVC PIPE
A. PVC, AWWA C-900 pipe, with outside diameters equivalent to cast iron pipe. Sizes
' 4 -inch through 12 -inch, with pressure rating of 200 psi (DR- 14), as indicated on the
Drawings.
' 2.02 RURAL WATER PIPE
A. PVC, ASTM D 1784, Type 1, Grade 1, with gasket joints for buried water piping.
' B. Pipe class shall be Class 315, SDR 13.5, suitable for static pressures up to 215 psi.
C. Use Class 315 pipe in 2 -inch size only. Larger pipe shall be AWWA C-900.
' 2.03 JOINTS
A. For buried pipe, gasketed slip joint.
B. Joints inside casings shall be thrust restrained.
' 2.04 FITTINGS
A. Fittings shall be ductile iron, mechanical joint with megalug thrust restraints, and as
' otherwise specified in Section 15001-2, CEMENT -LINED DUCTILE IRON PIPE
AND FITTINGS.
B. For junctions between PVC and brass pipe or polyethylene pipe, flexible transition
couplings of stainless steel material, as specified in Section 15001.
FY032142 Fayetteville North College Water Section 15001-14 - I
u
2.05 GASKETS 1
A. As recommended by the pipe manufacturer to conform to the pipe OD, and as further
specified in Section 15001-2.
2.06 DETECTABLE TAPE
A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or
approved equal, and shall consist of a minimum thickness of 0.35 mils solid
aluminum foil encased in a protective inert jacket that is impervious to all known
alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall
thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches
with a medium unit weight of 2 Y2 pounds / 1 inch x 1000 feet.
The tape shall be color coded and imprinted with message as follows:
Type of Utility Color Code
Water Safety Precaution Blue
PART 3 EXECUTION
3.01
A.
3.02
GENERAL
Legend
Caution, Buried Water Line Below
All rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe
manufacturer's recommendations.
A. Furnish and install a 14 gauge insulated copper trace wire with all PVC pipe. Run
wire continuous from valve box to valve box, meter box or other access points.
Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire
to each pipe section. Join wire segments by soldering or by using approved wire
nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete
splices shall be repaired by the Contractor at no additional expense. Include trace
wire in the unit price bid for pipe.
3.03 DETECTABLE TAPE
A. Install detectable tape over the center of the pipe, approximately 18 -inches above the
top of the pipe.
3.04 TESTING
A. All lines shall be hydrostatically tested at the pressures listed in Section 15001,
PLANT PIPING - GENERAL.
B. Use pipe locating equipment to test continuity of trace wire. The Engineer shall
observe and document trace wire test.
FY032142 Fayetteville North College Water Section 15001-14-2
I
I
L
LI'
L
I
I
L
I
L
LH
I
L
I
I
3.05 PAYMENT
A. Payment for the work in this Section will be included as part of the unit price bid
amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, trace
' wire, detectable tape, pipe base, pipe zone material, backfilling above the pipe zone,
topsoil replacement, finish grading, seeding and fertilizing, and final clean-up.
B. Payment for pipe shall be made at 80% of the unit bid price upon pipe installation,
'
backfilling, and rough grading. Payment will be increased to 85% upon completion
of testing and making the line available to the Owner for utilization. Payment will be
increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup.
' The remaining 2% will be released upon satisfactory establishment of a grass stand.
C. Payment will be made for cast or ductile iron, mechanical joint fittings as listed in
Section 15001-2, CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS.
IEND OF SECTION
I
I
I
I
I
I
H
H
I
' FY032142 Fayetteville North College Water Section 15001-14-3
SECTION 15012
MISCELLANEOUS TUBING
PARTI GENERAL
1.01 SCOPE
A. This Section covers the work necessary for furnishing and installing the
miscellaneous hoses, tubing, and accessories, complete.
1.02 GENERAL
A. Like items of equipment specified herein shall be the end products of one
manufacturer in order to achieve standardization of maintenance and spare parts.
B. See CONDITIONS OF THE CONTRACT and Division I, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
C. Conform to Fayetteville's Standard Specifications.
1.03 RELATED WORK SPECIFIED AND PERFORMED ELSEWHERE
A. Section 15013, Corporation Stops
PART II PRODUCTS
2.01 GENERAL
A. All items shall be complete with all necessary end connections, fittings, and
couplings which are required for the proper completion of the work included under
this Section.
2.02 HOUSE SERVICE TUBING
A. Service tubing shall be ¼" or 1", Type K soft copper, as indicated on the Drawings..
2.03 LARGE METER SERVICE TUBING
A. The 1 1/2 -inch and 2 -inch service tubing and 2 -inch directional bore tubing shall be
Drisco Pipe 5100, SDR-9, 200 psi, ASTM D2737, AWWA C-901.
2.04 TRACE WIRE
A. Trace wire shall be 14 gauge insulated copper wire.
FY032142 Fayetteville North College Water Section 15012 - I
I
PART III EXECUTION
3.01 GENERAL
A. All tubing shall be cut, made up, and installed in strict accordance with the
manufacturer's written recommendations, as approved and as further specified herein
under.
3.02 INSTALLATION
A. Install copper service tubing in accordance with the Detail for meter settings.
B. Install 1'/2" and 2" polyethylene tubing at meter settings requiring service tubing
larger than one inch in size. Utilize 2" polyethylene tubing for directional bore
locations.
C. Polyethylene and copper tubing shall be installed with a minimum earth cover of 30
inches over the top of the pipeline. Consideration for thermal contraction shall be
given by "snaking" the pipeline in the trench. Tracer wire shall be installed on all
polyethylene tubing from the corporation stop on the main to the branch piece on the
meter setting by either taping or wrapping the tracer wire around the PE tubing at
least every 6'. The wire shall be spliced to the water main trace wire, and shall be
accessible in the meter box.
3.03 TESTING
A. Prior to startup, all miscellaneous hoses, tubing, and accessories shall be inspected
for proper connection and satisfactory performance. Each item shall be tested at the
same time that the adjacent pipeline is tested. Joints shall show no visible leakage
under test. Repair joints that show signs of leakage prior to final acceptance. If there
are any special parts of control systems or operators that might be damaged by the
pipeline test, they shall be properly protected. The Contractor will be held responsible
for any damage caused by the testing.
3.04 PAYMENT
A. Payment for the work Section will be included as part of the applicable unit price bid
amounts stated in the Proposal for installing service tubing. No separate or additional
payment will be made for providing a licensed plumber for installing the
interconnecting service tubing between the meter outlet and the existing house
service line. Include the costs of plumbing work in the unit price bid for new meter
settings or existing meter reconnections.
END OF SECTION
1
I
C
H
I
I
I
J
I
I
H
H
I
FY032142 Fayetteville North College Water Section 15012-2 '
Li
1 SECTION 15013
MISCELLANEOUS PIPING SPECIALTIES
PARTI GENERAL
' 1.01 SCOPE
A. This Section covers the work necessary for furnishing and installing the
miscellaneous piping specialties, complete.
B. Materials and installation shall conform to the Standards issued by the Fayetteville
Water Department.
1.02 GENERAL
' A. Like items of equipment specified herein shall be the end products of one
manufacturer in order to achieve standardization for operation, maintenance, spare
parts, and manufacturer's service.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
' REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
I1.03 SUBMITTALS DURING CONSTRUCTION
A. Submittals during construction shall be made in accordance with Section 01300,
SUBMITTALS DURING CONSTRUCTION, Division I, GENERAL
'
REQUIREMENTS. In addition, the following specific information shall be
provided:
' I. Shop Drawings: Provide drawings and manufacturer's literature,
clearly identified, showing layouts, item specifications, and mounting
details.
1
PART 2 PRODUCTS
' 2.01 GENERAL
IA. All items shall be complete with all necessary end connections, fittings, and
couplings required for the proper completion of the work included under this Section.
' 2.02 FIRE HYDRANTS
A. Three-way fire hydrants shall be 5'/4 inch Mueller Centurion A-423, traffic model,
with 1'/4 inch pentagonal operating nut, 2-2'/z inch hose nozzles, 1-4'/z inch pumper
nozzle, and 6 -inch mechanical joint inlet.
I
IFY032142 Fayetteville North College Water
Section 15013 - I
2.03 CORPORATION STOPS
2.04
2.05
A. Corporation stops shall conform to AWWA C800-84 without a positive stop. The
inlet shall be AWWA CC tapered threads and the outlet with a compression
coupling. The compression outlet shall utilize a Buna-N beveled gasket to provide a
water -tight connection and with a split clamp locking device. The split clamp shall
be grooved and provided with a stainless steel screw to draw down the clamp for the
prevention of mechanical pullout. The corporations shall be AWWA red brass with
precision machined castings and compatible with conventional tapping machines.
B. Two-inch service stops shall be ball valves. Install a valve box at 2 -inch ball valve
service stops.
TAPPING SADDLES
A. All service saddles shall be by Mueller, and shall be specifically designed for either
2 -inch SDR 13.5 PVC pipe or 4 -inch through 12 -inch C-900, Class 200 PVC pipe.
TAPPING SLEEVES AN VALVES
A. Tapping sleeves shall be sized as indicated on the Drawings and shall be Mueller
H615, or approved equal. Tapping valves shall be Type 115 or 116 in Section 10580,
with the exception that one side shall be provided with a flange for connection to the
tapping sleeve.
I
I
I
I
I
I
PART 3 EXECUTION '
3.01 GENERAL I
A. All miscellaneous piping specialties shall be installed in accordance with and in
conformance to the applicable requirements of Section 15001, PLANT PIPING -
GENERAL, and with the Fayetteville Water Standards.
3.02 FIRE HYDRANTS
A. Install fire hydrants with the pumper nozzle facing the street. Adjust height to finish
grade using standard hydrant risers. Paint exposed hydrant barrel with white exterior
metal paint containing reflectorized beads. Conform with installation details on the
Drawings relative to drain gravel, thrust blocking and other details.
B. Upon completion of the pipeline work, the Contractor shall flow test each new or
relocated fire hydrant, and shall submit a report to the Engineer of the flow test
results. Testing shall be coordinated with the Owner. No valves shall be opened or
hydrants operated without specific approval of the Owner. Upon completion of the
flow test, paint the fire hydrant top and nozzle caps with color coded paint
conforming to AWWA Standards, as follows:
Fire Hydrant Flow Rate Color Code
Over 1500 gpm Light Blue
1000 to 1500 gpm Green
500 to 1000 gpm Orange
Less than 500 gpm Red
I
I
I
I
I
I
I
FY032142 Fayetteville North College Water Section 15013 -2 '
I
C. Submit paint data sheets and color charts to the Engineer for approval, prior to
providing paint for fire hydrant color coding purposes.
D. Utilize extreme care while operating fire hydrants for flow tests. The Contractor is
' responsible for any damage to the new water main facilities, old water main facilities,
or adjoining property that result from flow testing work.
' 3.03 TAPPING SADDLES AND CORPORATION STOPS
A. Provide and install saddles and stops with matching threads, and outlet fittings for the
' applicable service line. Install as recommended by the manufacturers to ensure that
excessive tightening does not damage the main. Complete main leakage and pressure
testing with all taps, service lines and meter settings in place.
' 3.04 TAPPING SLEEVE AND VALVES
A. Install tapping sleeves and valves in accordance with manufacturer's
' recommendations. Where a PVC main is tapped, retain the integrity of existing trace
wire. Attach new trace wire to existing and solder the connection.
I B. Representatives of the Fayetteville Water Department shall be present when existing
mains are tapped.
' 3.05 TESTING
A. Prior to plant startup, all MISCELLANEOUS PIPING SPECIALTIES shall be
' inspected for proper connection and satisfactory performance. Each item shall be
tested at the same time that the adjacent pipeline is tested. Joints shall show no
visible leakage under test. Repair joints that show signs of leakage prior to final
acceptance. The Contractor will be held responsible for any damage caused by the
'testing.
B. The Contractor shall be responsible for any line breaks or leaks that result from flow
' testing the fire hydrants.
3.06 PAYMENT
' A. Payment for the work in this Section will be included as part of the applicable unit
price bid amounts stated in the Proposal.
' B. Payment for fire hydrants shall include gravel drain pit and thrust blocking. Separate
payment will be made for the gate valve with box, the 6" stub pipe, and the main tee.
' Separate payment will also be made for any required pavement surface restoration or
base backfill.
END OF SECTION
IFY032142 Fayetteville North College Water Section 15013-3
SECTION 15014
MISCELLANEOUS METERING AND MEASURING DEVICES
PART1 GENERAL
1.01 SCOPE
A. This Section covers the work necessary to furnish and install the miscellaneous
metering and measuring devices, complete. Included are meter setting assemblies.
B. Materials and installation shall conform to the City of Fayetteville standards.
1.02 GENERAL
A. Like items of equipment specified herein shall be the end products of one
manufacturer in order to achieve standardization for appearance, operation,
maintenance, spare parts, and manufacturer's service.
B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
PART 2 PRODUCTS
2.01 WATER METERS
A. Water meters shall be provided and installed by the City of Fayetteville.
2.02 METER BOXES
A. Meter boxes shall be 18" diameter by 24" deep, PVC with a 0.275 inch wall
thickness, as manufactured by Mueller or McCullough. Single meter setting boxes
shall have single inlet and outlet notches.
B. Meter boxes for 1" meter settings shall be 24" diameter by 24" deep, PVC, SDR-5 1.
2.03 METER BOX LID
A. Meter box lid shall be 18" flat cast iron, Crouch Foundry, C - 109.
FY032142 Fayetteville North College Water Section 15014 - I
I
B. Meter box lid for 1" meter settings shall be 24" diameter cast iron flat meter box lid,
Western Iron No. 111.
I
2.04 METER YOKE '
A. Meter yoke shall be 5/8" x 3/4" x 12", Mueller H —1402, with a Mueller H —14222,
3/4" tail piece.
I
B. Meter loop for I" meter settings shall be 1" copper setter, Mueller B -2404x12". ,
2.05 METER SETTER CONNECTIONS
A. For 1" meter settings, provide 1" copper water service tubing and stubout. Utilize 1"
compression x compress in fittings, Mueller H-14227 (2 each) for connections.
I
L
PART 3 EXECUTION '
3.01 GENERAL
A. All equipment in this Section shall be installed carefully to avoid damage to the
instruments and in accordance with the manufacturers' instructions, as approved.
B. The Contractor shall furnish such additional incidental materials and labor as
required for proper mounting. Install measuring and metering devices plumb or
level, as applicable, and attach securely to mounting brackets with suitable fasteners.
Units installed in -line shall be made up with the gaskets or thread lubricant specified
for the adjacent piping.
3.02 METER SETTINGS
I
L
I
I
A. Install meter settings in accordance with the details on the Drawings and with the
recommendations of the manufacturer.
B. Location of meter boxes shall be field determined to correspond to the requirements ,
of the Owner, the desires of the property owner and the general location of existing
houses. The Field Engineer shall coordinate meter locations.
C. The Contractor shall install all components of the meter settings except for the actual
meter. The Owner will install meters in the meter settings.
I
FY032142 Fayetteville North College Water Section 15014- 2 '
3.03 PAYMENT
A. Payment for the work in this Section will be included as part of the applicable unit
price bid amounts stated in the Proposal. Payment shall be for complete installations,
including the meter box, lid, and meter yoke. Payment shall also include the cost for
a plumber to make the connection between the meter outlet and the house service
line.
END OF SECTION
FY032142 Fayetteville North College Water Section 15014-3
[I
SECTION 15080
MANUALLY OPERATED VALVES
' PART I GENERAL REQUIREMENTS
1.01 SCOPE
' A. This Section covers the work necessary for furnishing and installing the various
manually operated valves in the piping systems, complete.
' B. Materials and installation shall conform to the Standards issued by the Fayetteville
Water Department.
' 1.02 GENERAL
A. Like items of equipment specified herein shall be the end products of one
manufacturer in order to achieve standardization for operation, maintenance, spare
parts, and manufacturer's services.
B . See CONDITIONS OF THE CONTRACT and Division 1, GENERAL
REQUIREMENTS, which contain information and requirements that apply to the
work specified herein and are mandatory for this project.
PART 2 PRODUCTS
' 2.01 GENERAL
A. All valves shall be complete with all necessary operators, extension stems, floor
stands, worm and gear operators, operating nuts, etc. which are required for the
proper completion of the work included under this section.
' B. Renewable parts including discs, packing, and seats shall be of types recommended
by valve manufacturer for intended service.
IC. All units shall have the name of the manufacturer and the size of the valve cast on the
body or bonnet or shown on a permanently attached plate in raised letters.
ID. For the purpose of designating the type and grade of valve desired, a manufacturer's
name is given in the following specifications. Valves of equal quality by other
manufacturers will be considered in accordance with the General Conditions.
' 2.02 DESIGN FEATURES - BRASS AND BRONZE COMPONENTS
A. Brass and bronze components of valves and appurtenances which have surfaces in
'
contact with the water shall be alloys containing less than 16 percent zinc and 2
percent aluminum.
' B. Approved alloys are of the following ASTM designations:
IFY032142 Fayetteville North College Water
Section 15080 - I
I
1. B 61, B 62, B 98 (Alloy A, B, or D), B 139 (Alloy A), B 143 (Alloy
1-B), B 164, B 194, B 292 (Alloy A), and B 127.
2. Stainless steel Alloy 18-8 may be substituted for bronze at the option '
of the manufacturer and with the approval of the Engineer.
C. All gland bolts on iron body valves shall be bronze and shall be fitted with brass nuts.
2.03 VALVE OPERATORS
A. All valve operators shall open by turning counterclockwise. Operators shall be
galvanized and painted the same color as the valve and associated pipeline.
2.04 VALVE BOXES
A. Valve boxes shall be two-piece, screw -type, 5 1/4" shaft, 27"-37" extension, with
drop cover marked "WATER", and shall have a combined weight of at least 80 lbs.,
No. 562-S manufactured by Tyler Pipe, or approved equal.
B. Extra depth valve boxes shall be two-piece, screw -type, 5 1/4" shaft, with extension '
length appropriate for depth of bury, drop cover marked "WATER", and shall be
6850 Series, manufactured by Tyler Pipe, or approved equal.
2.05 EXTENSION STEMS FOR VALVE OPERATORS
A. Where the depth of the valve is such that its centerline is more than 4 feet below '
grade, operating extension stems shall be provided to bring the operating nut to a
point 6 inches below the surface of the ground and/or box cover. Extension stems
shall be constructed of steel and shall be complete with 2 -inch square operating nut.
Extension stems shall include a set screw connection to the valve operating nut, and
a centering disc near the top of the stem, as needed to keep the stem nut centered in
the valve box.
2.06 GATE VALVES
A. Type 116: Gate valves 2 -inches and larger for buried water service shall be iron '
body, resilient seat, epoxy lined with mechanical joint ends, nonrising stem, O-ring
seal and 2 inch square wrench nut conforming to AWWA C-509. Valves shall be
rated for 200 psi and shall be Mueller A-2360-20, American Flow Control Series
2500, or equal.
2.07 BUTTERFLY VALVES
A. Butterfly valves furnished and installed shall be Class 250B in conformance with the
requirements of AWWA C504, latest revision, for "Rubber Seated Butterfly Valves".
All butterfly valves shall be furnished by Henry Pratt Company, ground hog type, or
approved equal.
L
FY032142 Fayetteville North College Water Section 15080-2 '
I
' PART 3 EXECUTION
3.01 GENERAL
A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run.
' Prior to installing flanged valves, the flange faces shall be thoroughly cleaned. After
cleaning, insert gasket and bolts, and tighten the nuts progressively and uniformly. If
flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace the
' gasket, retighten and/or reinstall the nuts and bolts, and retest the joints. Joints shall
be watertight at test pressures before acceptance.
' B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other
approved methods. Apply approved joint compound to threads prior to making
joints. Joints shall be watertight at test pressures before acceptance.
' 3.02 PLACING
A. Generally, unless otherwise indicated on the Drawings, all valves installed in
' horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the
finish floor shall be installed with their operating stems vertical. Valves installed in
horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 6
feet 9 inches above the finish floor shall be installed with their operating stems
horizontal. If adjacent piping prohibits this, the stems and operating handwheel shall
be installed above the valve horizontal centerline as close to horizontal as possible.
' Valves installed in vertical runs of pipe shall have their operating stems orientated to
facilitate the most practicable operation, as approved by the Engineer. All buried
valves shall be installed with valve boxes in accordance with the details shown on the
' Drawings.
B. Install 18 -inch by 18 -inch by 6 -inches thick concrete pad around the top of all valve
' boxes.
3.03 ACCESS
IA. Location of valves shall be as required to provide accessibility for control and
maintenance.
' 3.04 ANCHOR BOLTS
A. Anchor bolts for floor stands, stem guides, etc. shall be cast -in -place during concrete
' placement. Threads shall be protected and shall be cleaned before the nuts are
attached and tightened.
I
3.05 TESTING
A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints
' shall show no visible leakage under test. Repair joints that show signs of leakage
prior to final acceptance. If there are any special parts ofcontrol systems or operators
that might be damaged by the pipeline test, they shall be properly protected. The
Contractor will be held responsible for any damage caused by the testing.
IFY032142 Fayetteville North College Water Section 15080-3
B.
3.06
A.
B.
If requested by the Engineer, the valve manufacturer shall furnish an affidavit stating
the materials options furnished and/or that he has complied with these and other
referenced specifications.
PAYMENT
Payment for the work in this section will be included as part of the unit price bid
amounts stated in the Proposal.
Payment for buried valves shall include payment for the valve boxes, lids, extension
stem where required, and concrete collar.
END OF SECTION
FY032142 Fayetteville North College Water Section 15080-4
I
H
H
I
I
L
L
I
I
I
I
0
I
I
I
I
n
APPENDIX A
Standard Water Line Specifications
City of Fayetteville
I
I.
I
J
I
H
I
I
I
I
H
H
1
I
I
I
I
STANDARD WATER LINE SPECIFICATIONS
FAYETTEVILLE, ARKANSAS
APRIL 2nd, 1996
I
T1iE CITY OF FAYETTEVILLE, ARKANSAS
April 10th, 1 6
1
City of Fayetteville ,
113 West Mountain Street
Fayetteville, Arkansas 72701
Re: Standard Water Line Specifications
These STANDARD WATER LINE SPECIFICATIONS are hereby promulgated
the City Engineering Division under authority granted by t
Fayetteville City Council by Resolution 46-96 dated April 2n
1996, as approved by the Water and Sewer Committee on Februa
15th, 1996, and as approved by the Mayor of the City
Fayetteville.
1:
%PPR AL SI
NATURES:
0 Gv4 ' rfl� H a, ayor ,
C osso , Public Works Director
rfl
iiar.es Venable, A s't Pub Works Director
4
o aYf ld R. Bunn, City Engineer
1
113
WEST
MOUNTAIN
72701
501-521-7700
CAV
-CIC-OOC7
r
I
RESOLUTION NO. 46-96
• A RESOLUTION AUTHORIZING TIME ENGINEERING
• DEPARTMENT TO PROMULGATE POLICIES, PROCEDURES
AND SPECIFICATIONS FOR WATER LINES, SEWER LINES
AND STREETS. -
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section . That the Engineering Department is hereby authorized to promulgate
policies, procedures and specifications for water line, sewer lines and streets.
5ection_.2. That such policies, procedures and specifications for water lines and sewer
lines shall he reviewed and approved by the Water and Sewer Committee of the City and shall
be approved by the Mayor.
I
LI
I
Section3. Tha: such policies, procedures and. specifications fi:r streets s1:al1-.be.
reviewed and approved by the Street Committee of the City Council and shall be approved by
the Mayor.
PASSED AND APPROVED this 2nd day of App_, 1996.
I
ATTEST
By:
Traci Paul, City Clerk
It
1 ,.
I
APPROVED:
By:
Fed Hanna, Mayor
TABLE OF CONTENTS
PART A, GENERAL REQUIREMENTS:
1. Requirements to Extend Water Service................. 1 ,
2. Minimum Size of Water Lines.. 1
3. City Participation in Water line Costs ............... 2
4. Easements........................................... 2 '
5. Permits.............................. 3
6. Approval of Water Extension Plans .................... 3
7. Inspections and Testing Procedures........ 3
8. Final Acceptance by the City...........,. 5
9. Location of Water Lines ........ ...................... 5
10. Fire Hydrant Spacing .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
11. Water System Study.,,.,, . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6
12. Applicability. . . . . . . . . . . . . ........................... 6
PART B. MATERIALS '
1. Pipe and Fittings. . . . . . . . - . . . . ....................... 1
2. Polyethylene Encasement (Pipe Wrap) .................. 3
3. Detectable Tape. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . ... 3
4. Backfill Materials ................................... 3
5. Pipe Bedding Materials ............. .................. 4 '
6. Tracer. Wire........................................... e 7. Cancrete............................................. 4
8. Steel .Encasement Pipe ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
9. Gate Valves. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 5 '
10. Butterfly Valves',....... ............................ 6
11. Valve Boxes. . . . . . . . . . . . . ............................. 7
12. Fire Hydrants . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....... 7
13. Tapping Sleeves ...................................... 8
14. Service Connection Materials.. . . . . . . . . . . . . . . . . . . . . . . . 8
PART Co CONSTRUCTION METHODS ,
1. Pipe Laying.......................................... 1
2. Pipe Trench, Excavation. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
3. Pipe Trench, Backfill.......... ...................... 5
4. Installation of Meter Box settings ..............• 7 '
5. Valve and Valve Box Installation' .................... 7
6. Fire Hydrant Installation'' . . . . . . . . . . . . . . . . . . . . . . . . . . 8
7. Blow -Off Construction ................................ 9 '
8. Clean- Up ............................................. 9
9. Pavement Repairs..................................... 12
10. Barricades, Guards, and Safety Provisions............ 13
11. Maintenance of Traffic and Closing of Streets........ 13
1
U
H
I
I
I
I
I
LJ
H
I
I
.1
IH
I
STANDARD SPECIFICATIONS FOR WATER LINES
PART A. GENERAL REQUIREMENTS
1. Requirements to Extend Water Service:
All new development of any kind shall be required to extend
water services to that development at the owner's expense. Water
service shall include providing adequate domestic water flows as
well as fire protection with hydrants spaced in accordance with the
local and state fire codes.
On subdivision or large scale development water systems, water
lines shall extend to the subdivision property line where future
streets are either planned or built to serve adjacent property.
Construction of such extensions shall be at the expense of the
developer.
At other locations easements may be required to facilitate
future extension of lines to adjacent properties.
The requirements to extend water service and provide lines
adequate for both domestic and fire demands shall apply to all
subdivisions regardless of whether they are inside the City Limits
or not. Where subdivisions arc outside the City Limits, the
placement of fire hydrants shall be optional and i.n no case shall
hydrants he installed outside the City unless a) a fire flow of at
least 500.gallons per.minute.can be obtained at the hydrant,, and b)
the residents. being served by the hydrant have•a contract for fire
protection with the City of Fayetteville and/or with a Washington
County Rural Fire Department having a mutual aid. agreement with the
Fayetteville Fire Department.
2. Minimum Size of Water Lines:
The minimum sized line that may be, installed in connection
with a subdivision is Six (6) inch. This is required even if the
line is being extended from an existing line that is smaller than
Six (6) inches. Two (2) inch lines may be approved for cul-de-sacs
provided the line could not be reasonably extended in the future to
provide service to adjacent property and where a larger line is not
needed to provide either fire protection or adequate domestic
flows.
Eight (8) inch lines shall be required where needed to
maintain or to create an Eight (8) inch water line grid at a
spacing of about 1/4 of a mile in both the north -south and east -
west direction. A spacing of less than 1/4 mile may by required to
accommodate domestic or fire demands. Lines larger than eight (8)
inches will be required as recommended by the latest Water System
Study.
Part A, General 1
I
I
The minimum line size requirement for the provision of f fe
protection shall be a looped 6 -inch line or, in the event of a dead
end line, an 8 -inch. This minimum requirement shall ap y
regardless of the theoretical flow capacities existing in e
system. Even where a 6 -inch loop may be attained, the City Engin r
may require the installation of an 8 -inch line in certain locations
where loops are long, and where large developments e
involved. Lines larger than 8 -inch may be required if they cze
needed to provide domestic and fire flow demands for a development.
3. City Participation in Water Line Costs: '
In cases where the City desires to have a larger sized wa
line in place than is required under Part 1, Paragraph 2 of th
Specifications, the City may enter into an agreement with the
developer to provide for the construction of the larger sized li�.
In that event, the City shall be responsible for the
difference in material and installation cost between the size li
required for the developer and the size line desired by the Cit
The City shall not be responsible for any engineering- co
associated with the up -sizing unless the larger size line is more
than 12 -inches in diameter. The City shall not nartirinata in +S
• The cost involved in up-sizingS shall be detc.rmined by tl <.
developer's engineer by the taking of bids, and shall be approved
by the City Engineer and by the City Council and/or Mayor. I
4. Easements:
Easements for water lines shall be at least 20 feet in widtt
regardless of the size of the water line. The easement may
designated specifically for water line purposes or it may be
general utility easement.
Lines sized 12 -inches through 18 -inches shall not be placed
easements of less than 25 feet. Lines larger than 18 -inches shalm
be placed in an easement of no less than 30 feet. Wider easements
may be required, depending on the specific circumstances involve
Easements of a lesser width will be considered when adjacen
to another easement or under other special circumstances. Also
where easements are required between lots, the City will consid
16 foot easements (to coincide with setbacks)
Part A, General
I
I
' 5. Permits:
All permits required to accomplish the work shall be the
' responsibility of the owner or engineer. Such permits may include
but is not limited to permits for work within Highway Department
R/W, railroad crossing permits, "Notice of Intent" for Erosion
' Control (Arkansas Department of Pollution Control and Ecology),
Drainage Permit, Grading Permit, and a "No Charge" tapping permit
for fire service lines. Work shall not be started without the
' appropriate permit(s) in place.
6. Approval of Water Extension Plans:
' Detailed plans and specifications shall be required for all
extensions and shall be prepared by a professional engineer
registered to do business in the State of Arkansas.
The plans and specifications shall be first approved by the
City Engineer and then shall be forwarded to the State Department
' of Health by the Engineer of Record for their approval. In no case
shall any water line construction be allowed before the City has
written approval from the State Health Department.
' Private lines constructed for fire prevention purposes which
have no metering device or backflow prevention device at the point
' of tie-in to the City main, shall be treated as a public line and be
subject to these specificationsas far as enrjineeriny, construction
techniques,. materials, testing, and inspecrtions are concerned.
After a.finaI:inspection and acceptance of the work, the line shall
' be owned and maintained by the owner of the property it serves.
No construction of any kind may begin without an erosion.
' control plan on file with the City in accordance with the City's
Excavation and Grading Ordinance. The erosion controL measures
s raw bales, silt dams, silt ponds, etc.) must be in place in the
field prior to construction. For projects 5 acres or larger in
' size, it is the responsibility of the contractor to have on file
with the Arkansas Department of Pollution Control and Ecology a
"Notice of Intent".
I
7
IH
I
Written notice of the intent to begin construction must be
given to the City no less than three (3) days nor more than ten
(10) days prior to the construction start date. A pre -construction
conference involving the Engineer of Record, Contractor, and the
City is required prior to beginning construction.
Part A, General
3
I
I
7. Inspections and Testing Procedures: i
All field tests
required for a
project shall
be witnessed b
the City in the presence of the
Engineer of
Record and t
Contractor. The City
representative
shall be one of the Public
Works Construction
Inspectors. The
Contractor's
representative
shall be the foreman
or superintendent on the job.
The Engineer
Record may be represented by an authorized
and qualifir
representative.
The City
requires a
24 hour
notice on all tests. Calls
to t
City
for the
purpose of
setting
test times shall be made
by
later
than 10:00
AM for
test on the following day.
Tests delayed by weather or other factors will be reschedul(a
on the same basis. If a test cannot be reasonably scheduled so that
a representative of the City can be present, the Engineer of Recol
will witness the test and certify to the City the results.
In no case shall a test be made without the presence of th
Engineer of Record and the Contractor. It is the responsibility
the Engineer of Record and/or the Contractor to coordinate t
scheduling of tests with the City and with the other parties
involved. I
The tests generally associated with water line construction
are:
a) The• pressure testing of tapping sleeve
instal1.atioI;
b) The pressure testing of lines after installation I.
c) The bacteriological (Bac-T) testing
d) Fire Hydrant tests
I
Generally, no Contractor or Engineer of Record involvement i
required in the taking of samples for the Bac-T test except that
the Contractor is responsible for the proper flushing of the line
prior to samples being taken by the City. However, the City ma
require the presence of the Contractor or Engineer of Record whe
questions have been raised as to the methodology or techniques used
in the sampling process.
Bac-T samples are sent to the State Department of Health fop
testing. Results obtained by the City shall be forwarded to the
Engineer of Record either by fax or by mail immediately upo
receipt by the City.
Part A, General
I
f
[1
' Lines failing the Bac-T tests shall be re -sampled as soon as
practicable. If a line fails three (3) consecutive Bac-T tests, the
line must be re -chlorinated before Bac-T samples can be taken
' again. The City shall not be responsible for the rescheduling of
failed Bac-T tests.
' The fire hydrant test shall consist of checking the operation
of the fire hydrant valve and flowing the fire hydrant. This shall
be done after the pressure test has been completed and the fire
hydrant valve shall be left in the open position.
All equipment, materials, and labor required for testing shall
be furnished by the Contractor at his expense.
8. Final Acceptance by the City:
The project shall be subject to a joint final inspection by a
designated representative of the City Engineer's Office, a
representative of the Fayetteville Water and Sewer Maintenance
' Department, the Engineer of Record, and the Contractor. A separate
walk-through shall be made by the Meter Foreman to check the
location, grade, and condition of water meter settings prior to
' final acceptance.
The City will be deemed to have accepted water lines and
appurtenances for ownership upon.written:notification to the.Owner
• after final inspection.. Once the City...accepts the1 project for.
ownership,. th'e Owner shall be responsible, for the provision to. the
City of a two (2)'year maintenance bond for 100 percent of the
I. construction cost which shall cover defects in materials and
workmanship. A. walk-through shall be performed at the end of the
two year period and all deficiencies corrected prior to release of
the bond. City maintenance shall begin after expiration of the Two
(2) year Maintenance Bond.
Record drawings are hereby required as a condition of final
' acceptance by the City.
9. Location of Water Lines:
Water lines shall be placed on public streets either in the
' right of way or in an easement adjacent to the street right of way
except that lines can go between lots when there is no other
reasonable way to access a line or provide for future service. In
no case shall lines intended for individual services be placed in
' the rear of lots or along back property lines.
I.
Part A, General 5
L
10. Fire Hydrant Spacing: ,
Maximum spacing for single family and duplex developments is
800 feet. Maximum spacing for all other residential development,
shall be 600 feet.
Spacing and placement of fire hydrants within apartment
complexes shall be as called for by local or state fire codes or as,
directed by the Fayetteville Fire Chief.
For commercial and industrial developments, fire hydrant'
spacing shall be as called for by local or state fire codes, or as
directed by the Fayetteville Fire Chief.
11. Water System Study:
The City's latest Water System Study shall be the basis for'
decisions made in regard to required line sizes, water: line
locations, location of water pump stations, water tank sizes and
location, and any other matter relating to the water distribution,
system.
12. Applicability: ,
These regulations and requirements contained in, Part P. of
these Standard Specifications shall be applicable to. all: land or
parcels' of land' being developed . for commercial, industrial:, or
residential use. The material. and construct.i'on.specifications
contained in Parts B and C'.shall'be'.applicable to.all water line
construction under the control of. the City of Fayetteville.
I
I
I
I
I
I
Part A, General. 6
I
' STANDARD SPECIFICATIONS FOR WATER LINES
PART B. MATERIALS
1. PIPE AND FITTINGS:
' Allowable pipe materials shall be Polyvinyl Chloride (PVC) and
Ductile Iron. Materials for mains larger than 24" shall be
determined on a case by case basis. All pipe shall be designed for
a working pressure of at least 200 psi except that for large pipe
(30" in size or larger) the design working pressure shall be as
called for by formal design. In no case shall the design working
pressure be less than 150 psi. For pipe smaller than 24", the
allowable pipe sizes are 2, 6, 8, 12, and 18 inches.
Polyvinyl Chloride Pipe - PVC pipe 2 inches in size shall be
manufactured in accordance with ASTM D-2241. PVC pipe 6 inches
through 12 inches in size shall be manufactured in accordance
with AWWA Specification C900 and shall have an SDR of 14.
1
1
1
I.
1
The plastic material used in making the pipe shall be clean,
virgin, Cell Classification 12454B PVC compound conforming to
ASTM Resin Specification D-1784, latest revision. Clean,
reworked material generated from the manufacturer's own
production shall be acceptable as long as the pipe produced
meets al.1 the requirements of. the Specifications. Nominal
laying lengthS shall be 20 feet.
Joints for
2 -inch
plastic
pipe
shall, conform to ASTM
Specification
D-3139.
Joints
for
plastic pipe 6 -inches and
larger shall
conform
to AWWA
C-900.
Fittings for PVC pipe 2 inches in diameter shall comply with
ASTM Specification D-3139, "Joints for Plastic Pressure Pipes
Using Flexible Elastomeric Seals".
Fittings for PVC pipe 6 -inches and larger shall conform to the
specifications given for ductile iron pipe.
Ductile Iron Pipe - Ductile Iron Pipe shall conform to the
requirements of "Ductile Iron Pipe, Centrifugally Cast in
Metal Molds or Sand -Lined Molds, for Water or Other Liquids,"
AWWA Standard C151, latest revision, and shall be designed to
withstand compacted earth loadings as applied according to the
conditions set out on the Plans with an AASHTO HS -20 truck
live load. The external loading shall be based on a soil
density of 120 pounds per cubic foot and Type 3 standard
laying conditions.
Part B - Materials
1
I
Ductile iron pipe shall be designed in accordance with e
requirements of "Thickness Design of Ductile Iron Pip ,
ANSI/AWWA C150/A21.50-91, effective March 1, 1992.
Joints and joint materials for ductile iron pipe shall confclm
to ANSI/AWWA C105/A21.4.
All ductile iron fittings shall conform to the requirements
of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron
Compact Fittings.
Restrained joint pipe and fittings shall be ductile iron pit
manufactured in accord with applicable sections of ANSI/AWWA
C151/A21.51 and ANSI/AWWA C110/A21.10. All restrained jot
pipe shall be "TR Flex," as manufactured by U. S. Pipe, "Flet
Ring" joint as manufactured by American Ductile Iron Pipe, or
equal.
Swivel joint fittings shall have a retainer lip and swivi
rotatable gland for positive restraint without tie rods.
Restraint joints shall be used where testing will be do
against closed valves, etc.
Flanged pipe and fittings shall be in accordance with t
requirements for "Flanged Ductile Iron Pipe with' Thread
Flanges," ANSI/AWWA C115/A21.15, latest revision.
Bolts, and., gaskets shall meet the requirements •of:.ANSI/A.�!T�.
C111•/A21.11,.latest revision, for "Rubber -Gasket Joints.fd�
Ductile -Iron Pressure Pipe and Fittings."
All ductile iron pipe and ductile iron pipe fittings shalt
have a -standard thickness cement mortar lining in conformance
to ANSI/AWWA C104/A21.4.
All ductile iron pipe shall have a bituminous exterior coatin�
unless otherwise specified. Exposed pipe may be required to
have a factory prime coat consisting of one coat of Kop-Co
240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal
The bituminous coating shall be approximately 1 mil thick and
shall be factory applied to the outside of all pipe arm
fittings. The finished coating shall be continuous, smooth
neither brittle when exposed to the cold nor sticky when
exposed to the sun, and shall be strongly adherent to the pip
or fitting.
Joint lubricant shall be provided by the pipe manufacturer,
and applied as per the manufacturer's recommendations. t
I
Part B - Materials
I
I
'• Galvanized Steel Pipe and Fittings: Threaded fitting pipe for
blow -offs shall be unlined Schedule 80 steel pipe and shall
conform with the requirements of ASTM Al20-82, latest
' revision, and shall be galvanized in accordance with ASTM
Specification A90-81, latest revision. Fittings for galvanized
steel pipe shall be of cast iron, of standard design and
dimensions, and be of uniform style and pattern. Fittings for
' galvanized steel pipe shall be galvanized in accordance with
ASTM Specification A90-81, latest revision. Galvanized pipe
and fittings shall be allowed for non -buried service only.
2. Polyethylene Encasement (Pipe Wrap):
' Polyethyleneencasement shall be in conformance to ANSI/AWWA
C105, latest revision. The polyethylene film shall have a minimum
nominal thickness of .008 -inch (8 mils), and shall be provided in
either flat tube or sheet form.
3. Detectable Tape:
Detectable tape shall be "Detect Tape" as manufactured by
Allen Systems, Inc. or approved equal, and shall consist of a
minimum thickness of 0.35 mils solid aluminum foil encased in a
protective inert jacket that is impervious to all known alkalis,
acids, chemical reagents and solvents found in the soil. The
minimum overall thickness of the tape snall be 5.5: mils and. the
width shall not be less than 2 inches with a medium unit weight of
2 1/2 pounds/1 inch x 1000 feet.
' The tape shall be color coded and imprinted with. the message
as follows:
Type of Color
Utility Code Legend
' Water Safety Precaution Caution, Buried
Blue Water line Below
I
I
I
I
4. Backfill Materials:
Allowable backfill material shall be:
(1) Class 7 Aggregate Base
1, page 161, in section 30
"Standard Specifications for
1993, published by the
Transportation Department.
Part B - Materials
3
Course as specified in Table 303-
AGGREGATE BASE COURSE, of the
HIGHWAY CONSTRUCTION," Edition of
Arkansas State Highway and
I
(2) Sand. Sand shall consist of clean, hard, durab
uncoated grains free from lumps, clay and organic material
All (100%) of "sand" shall pass a no. 8 sieve....
(4) Red Clay Gravel or "Hillside" as approved by the Citi
Engineer"
(5) Native materials where the Class 7 materials is nol
required and where suitable (not to be used as beddin
material.
1
This material is to be placed above the bedding materials as
defined in Part B of these specifications, Paragraph 5.
5. Pipe Bedding Materials:
Pipe bedding materials shall be:
a) The by-product of McClinton -Anchor's rocl
crushing operation commonly known as grit, or
equal
b) Sand
c) Class 8•.Base (AHTD Specification). '
d) Materials meeting either ASTM D448 Size #67 or
ASTM D277.4 H
In no case shall the maximum dimension of rock exceed 0.51
inches.
6. Tracer Wire:
Tracer wire shall be 14 gauge coated copper for undergrounj
burial.
7. Concrete:
Concrete for use as reaction backing or below-groun
encasement shall be Class "B", defined as concrete with five bag
of cement per cubic yard of concrete and with a minimum 28 day
compressive strength of 2,500 psi.
i
Part B - Materials 4
1
L
8. Steel Encasement Pipe:
Encasement pipe for water mains shall be constructed of either
spiral or straight welded steel and shall be sized as follows:
Water
Minimum Encasement
Minimum Wall
ASTM/AWWA
Main Size
Pipe size
Thickness
Specification
(inches)
(inches)
(inches)
9. Gate Valves:
10 -inches
Gate valves shall be resilient seated type, non -rising stem
gate valves,, in conformance with the requirements of AWWA O509,
latest revision, for "Resilient Seated Gate Valves, ,3 Through 12
NPS, for. Water and Sewage Systems." All cjate valves shall be
designed for a minimum of 200 psi working pressure.. All gate
valves shall be M&H, AWWA C509 Resilient Seated Gate., Valves or
approved equal. Approved equals are Waterous, Mueller, and Clow.
All gate valves shall have O-ring stem seals. The O-ring stem
seal shall be so designed that the seal above the stem collar can
be replaced with the valve under pressure in the full -open
position.
Gate valves shall have standard mechanical joint ends unless
indicated on the Plans. Tapping valve ends shall be flanged by MJ.
Buried gate valves shall be designed for operation with
nominal 2 inch square operating nut. The standard direction
opening shall be open left as viewed from the top. Handwheels f
gate valves shall be in conformance to AWWA C509.
Materials
I
The interior
plate shall have
meeting AWWA-0550
The valve sha
revision.
and exterior of the valve body, bonnet and se
factory applied fusion bonded epoxy coati
latest revision.
11 be tested in accordance with AWWA C509, late
10. Butterfly Valves: ,
Butterfly valves shall be used for all pipe 12 -inches a
larger except that 12" tapping valves shall gate valves.
Butterfly valves shall be Class 250B in conformance with t
requirements of AWWA C504, latest revision, for "Rubber Seat
Butterfly Valves". All butterfly valves shall be groundhog type,
as furnished by Henry Pratt Company, or approved equal.
The valve body shall be constructed of cast iron ASTM A-12)
Class B, and shall have integrally cast mechanical joint ends
unless alternate valve ends are indicated on the Plans. Bo
thickness shall be in strict accordance with AWWA C504, late
revision, Class 250B.
All butterfly valves shall he of the tight closing, syntheti
rubber -seat type, as follows.
1) Valves 20 inches (nominal diameter). a_nd.,smaller ,shal
have bonded seats which are simultaneously •molded' ino
vulcanized and bonded to the body. . Seat bond must,
withstand 75'pounds pull under.testprocedure ASTM O429'
Method B.
2) On valves 24 inches and larger, all seats shall be of
synthetic rubber compound. Seats shall be retained i
the valve body by mechanical means without retainin
rings, segments, screws or hardware of any kind in the
flow stream. Seats shall be a full 360° withou
interruption and have a plurality of grooves mating wit
a spherical disc edge seating surface. Valve seats shall
be field adjustable around the full 360° circumferenc
and replaceable without dismantling operator, disc of
shaft and without removing the valve from the line.
Valve discs shall be as follows.
1) Valves 12 inches through 20 inches nominal diameter
Valve discs shall be constructed of alloy cast iron AST
A-436, Type 1.
1
Part B - Materials 6
C1
I2) Valves 24 inches nominal diameter: Valve discs shall be
cast iron with a stainless steel seating edge.
' 3) Valves 30 inches through 48 inches nominal diameter:
Valve discs shall be ductile iron with a stainless steel
seating edge.
' The valve shaft shall be constructed of stainless steel and
the bearings shall be corrosion resistant and self-lubricating. The
valves shall be equipped with a totally enclosed type operator,
' fully gasketed and grease packed, suitable for direct burial. The
operator shall be designed for operation with a nominal 2 inch
square operating nut for use with a T -wrench. Operators shall be
designed to open with a counterclockwise rotation of the operator
nut.
All valves shall have factory applied fusion bonded epoxy
' coating meeting AWWA C550 latest revision.
The valve shall be hydrostatically tested at 250 psi for
leakage in accordance with AWWA C504, latest revision.
Where valves are specifically shown and detailed on the
' plans to be painted, the valves shall be delivered to the job site
factory blasted, cleaned and primed with one coat of Kop-Coat 340
Gold Primer or Kop-Coat 622 LCF Primer, or approved equal.
' 11. Valve Boxes:
' Valve boxes shall be constructed of cast iron. The valve box
and appurtenances shall consist of a base, extensions as required,
and a top section with a drop lid. The lid shall be marked with
the word "WATER." All valve boxes shall be compatible with the
gate or butterfly valves for which they are provided and shall be
manufactured for use in roadways.
12. Fire Hydrants:
' All fire hydrants shall be dry barrel hydrants in conformance
with AWWA C502, latest revision, for "Dry Barrel Fire Hydrants",
and shall be designed for a working pressure of 200 pounds per
square inch gauge. Pressure class 200 fire hydrants shall be
three-way, painted white above the ground line with reflective
paint 7216 3M. Approved fire hydrants are Mueller Centurion
hydrants, Catalog No. A-423 or Waterous 5 1/4" WB67-90.
The hydrant shall have a 6 inch mechanical joint inlet in
conformance to the dimensions shown in ANSI/AWWA C110/A21.10,
' latest revision. Three-way hydrants shall have a 5-1/4 inch valve
opening.
Part B - Materials 7
V
All fire hydrants
having a break -a -way
designed for a 42 -inch
approved equal.
shall be equipped with
flange at the ground
bury. Extensions shall
a two-piece bar
line and shall e
be Mueller A-320
Hydrants shall be equipped with two 2-1/2 inch hose nozzles
and one 4.5 inch pumper nozzle. The operating nut shall be
nominal 1-1/2 inch pentagon, National Standard operating nt
designed to open left (counterclockwise).
Fire hydrants shall be equipped with a safety stem coupli
and flange which are intended to fail upon vehicle impact witho
damage to the stem or main valve.
All fire hydrants shall be tested in accordance wit
AWWA C502, latest revision.
13. Tapping Sleeves:
Tapping sleeves shall be designed for 200 psi and shall be J
Type 432 for pipe six (6) inches through twelve (12) inches and JA
412 for pipe greater than twelve (12) inches, or approved equal.
Tapping sleeves shall be vinyl coated. ,
13. Service Connection Materials:
Materials for water main taps, service lines, and meter boo
assemblies shall be:
Copper Pipe. . . . . . . . . . . . . . . . . . .
3/4t1 Corporation Stop...... . . .
3/4" U Branch, 7.5" width.........
5/8" x 3/4" x 12" meter yoke......
3/411 Tail Piece ...................
18" Cast Iron Flat Meter Lid......
18" x 24" PVC Meter Box,
#501824 .30T, ).275
wall thickness .................
Type K soft copper
Mueller B-25008
Mueller H-15363
Mueller H-1402
Mueller H-14222
C-109, Crouch Foundr
Mueller/McCullough
1
Tapping saddles for PVC and Ductile Iron shall be a
manufactured by Mueller and Romac respectively.
Part B - Materials
I
I
r
L
I
El
I
I
H
I
I
I
I
I
I
I
I
I
Li
STANDARD SPECIFICATIONS FOR WATER LINES
PART C, CONSTRUCTION METHODS
1. PIPE LAYING:
All
water pipe shall be laid and tested
in strict
accordance
with the
manufacturer's recommendations. For
ductile
iron pipe,
ANSI/AWWA
C600 shall apply. For PVC pipe, ASTM
D-2774 shall
apply.
All water mains which cross sewers shall be laid to provide a
minimum of 18 inches positive vertical clearance as measured from
bottom of pipe to top of pipe. At all crossings, the water line
pipe shall be adjusted to provide one full length of water line
pipe over the sewer line with both joints located as far as
possible from the sewer line. A ten (10) foot separation shall be
maintained between water lines and sewer lines where those lines
run parallel to each other.
Care shall be taken not to exceed the manufacturer's
recommendations on the degree of deflection allowed per joint of
pipe. A pipe bend shall be installed where necessary to maintain
conformance to those recommendations.
Pipe, regardless of type, shall be laid on 6 inches of bedding
material (see Fart B, Paragraph 5) and shall he covered to a depth
cf 6" over the top of the pipe with the same material. The bedding
shall be hand tammped in the ditch prior to pipe installation and
shall be hand tamped around and over the pipe.
Reaction backing shall be installed at all points of
unbalanced pressure. Required area of undisturbed soil for backing
purposes shall be calculated based on the bearing strength of the
soil (2000 pounds/square foot) maximum allowable unless proven
otherwise by soil tests) and on a working pressure of 200 psi.
Calculations shall take into account pressures due to water hammer.
Sufficient concrete shall be used to properly transfer load from
the fitting to the undisturbed soil in a uniform manner and without
exceeding the strength of the concrete. The fitting shall be
wrapped with 8 mil polyethylene prior to pouring the concrete.
Concrete shall not extend over or around the fitting joints. All
bends, tees, etc. shall remain open until inspected by the City.
The transition from 6 -inch pipe to 2 -inch pipe shall be by
means of a tapped 2 -inch plug.
All 12 -inch or smaller ductile iron 90 degree bends, tees,
hydrant shoes, and other valves within 30 feet of a plug or reducer
shall have retainer glands.
Part C, Construction Methods
1
I
I
Where ductile iron pipe is being laid, polyethylene encaseme
shall be installed in accordance with ANSI/AWWA C105, late t
revision, for either Method A, B or C installation. The encaseme t
shall be provided for all fittings and all other buried iron
appurtenances. The encasement shall be protected from prolong
exposure to sunlight to prevent deterioration of the polyethylene
film. All iron fittings and all other iron appurtenances shall
wrapped with polyethylene.
Pipe detection tape shall be provided in all trenches f
water line construction. Installation shall be per manufacturer
recommendations and shall be as close as practical to finish
grade while maintaining a required minimum of 18 inches between the
detection tape and the top of any pipe line. ,
A trace wire shall be laid adjacent to all PVC installations
and shall be looped around the pipe at least once per joint a
connected to all valves and fittings. At valves and meter bCB
settings, the trace wire shall be brought up into the valve or
meter box as indicated in the standard details. A tracing test m
be required prior to final acceptance.
Maximum pipe cover shall be 60 inches under normal conditions.
Cover greater than 60 inches shall be allowed for short distancEl
where required by field conditions. No hydrants shall be allow
where lines.are greater than 60 inches deep. Minimum pipe cover
shall be 36. inches. Cover shall be measured from the top of t
pipe barrel and shall be further defined as:
a) Land Level Normal_ to the Direction of the Pipeline: Cover
shall be measured from the top of the barrel of the pipe er
the top of the existing natural ground surface.
b) Cut Sections: Cover shall be required and shall b
measured from the top of the pipe barrel to the planned grade
c) Fill Sections: Cover shall be measured from the top of th
pipe barrel to the natural ground surface underlying the fil�
unless fill material is placed and properly compacted prior t
laying the water line.
d) Along and Under Streets: The Cover along streets shall b,
measured either from natural ground or the curb elevation,
whichever results in the lowest absolute elevation of th
pipe. Cover under streets shall be measured from the top o
the subgrade.
Minimum elevation for service lines under streets shall be 3
inches below the planned subgrade. That depth shall be maintainel
to a point at least 5 feet outside of the curb, storm sewer line,
or sidewalk. Service lines shall be wrapped with polyethylene it
areas where a grit or other bedding material is not required.
Part C, Construction Methods
I
Li
I
' Reasonable amounts of water for flushing, testing and
disinfecting water lines will be supplied by the City. The work
' shall be coordinated to ensure that it will not be carried on
during periods of high water usage. Water valves on the existing
water system shall only be operated by, or under the direct
' personal supervision of the City of Fayetteville Water Department.
After completion of construction of all water lines or
sections thereof, the Contractor shall flush, test and disinfect
' the new water lines as set out below.
a) Flushing: The Contractor shall fill and flush the newly
' constructed lines and visually check all combination air
release and vacuum valves, blow -off valve assemblies, line
valves, and fire hydrants to assure proper operation.
b) Hydrostatic Testing: All pipe on this project shall be
tested as set out in AWWA C600, latest revision. Tests will
be conducted only after the line is completed, including all
' taps and meter settings as required and the backfill
completed. These tests shall be performed by the Contractor in
the presence of the City Inspectors and the Engineer of
Record. The Contractor shall furnish all necessary pressure
gauges, meters, and pumps and make all taps and connections.
Each valved section of pipe shall be slowly filled with water
' and the specified test pressure shall be applied by means of
a pump connected to the pipe in a manner satt.i.sfactcry to the
Engineer. aefcre applying the test pressure, all air shall he
expelled from the pipe by permanent taps or corporation cocks
where necessary.
Test pressure shall be the greatest of 150 percent of the
static pressure or 200 psi, whichever is greater. The
developer shall provide all pumps or other equipment necessary
to maintain the test pressure within ±5 psi at the test point
' for a period of two hours. Fire hydrant valves shall be open
during the pressure test.
c) Leakage: The leakage test shall be conducted concurrently
with the pressure test. Leakage shall be defined as the
quantity of water that must be supplied into the newly laid
pipe, or any valved section thereof, to maintain pressure
'within 5 psi of the above specified test pressure after the
air in the pipeline has been expelled and the pipe has been
filled with water.
H
I
' Part C, Construction Methods 3
The leakage for water pipe shall be within the limits
in AWWA C600, latest revision. No pipe installation
accepted until the leakage is less than the number of
per hour as determined by the formula:
(S) (D) (Pos)
133,200.
L = allowable leakage, in gallons per hour; S = length of pip
tested in feet; D = nominal diameter of the pipe, in inches;
and P = average test pressure (psi)
Should any test of pipe laid disclose leakage greater than,
that specified, the leak shall be located and repaired and the
line shall be re -tested. All visible leaks shall be repaired
regardless of the amount of leakage.
d) Disinfection: After successful pressure testing; the
line(s) shall be flushed velocity equal to or greater than 2.5
feet per second. The line shall then be disinfected in
accordance with AWWA C601, latest revision,. for "Disinfecting
Water Mains," continuous feed method, except that the placing
of hypochlorite granules into the main during construction ,
will not be permitted.
The contractor shall take great care when flushing the
assure proper drainage is available to prevent harm
adjacent downstream location.
Disposal of the disinfecting water shall be in a manner that
will protect the public and the receiving waters from harmful
concentrations of chlorine. Such disposal shall be in
accordance with all applicable EPA and ADPC&E regulations.
After sterilization is complete, the Contractor shall then
the sterilizing solution from the lines, and the treated
lines will then be placed into service.
Bacteriological samples shall be taken by City personnel only.
Samples shall be taken on two consecutive days and shall be taken
only on Monday, Tuesday, or Wednesday. No water meters shall be set
until the samples have been approved in writing by the State.
Water lines that dead end shall have a blow -off assembly
located on the last joint of pipe as shown on the water line detail
sheet. The last joint shall be blocked. Valves on dead end lines
shall be placed on the next to last joint if possible and shall be
restrained.
Cbnstructiori Methods
2. Pipe Trench, Excavation:
The trench shall be excavated to at least 6 inches below the
grade necessary to provide the minimum cover required. Trench width
shall be outside pipe diameter at the bell plus 1 foot either side,
except for PVC pipe, the minimum trench width shall be the outside
diameter of
the pipe
plus 8
inches. Maximum trench width shall be
Ithe outside
diameter
of the
pipe plus 2 feet.
Where
the bottom of the trench at subgrade is found to be
unstable or to include ashes, cinders, any type of refuse,
vegetable or other organic materials, or large pieces of fragments
of inorganic material which in the judgment of the Engineer should
be removed, the trench shall be excavated and such material removed
to the width and depth ordered by the Engineer.
Before the pipe is laid the subgrade shall be made by
backfilling with bedding material (Part B, Paragraph 5) in 6 inch
uncompacted layers. The layers shall then be hand or machine
tamped so as to provide a uniform and, continuous bearing and
support for the pipe at all points along the pipe length.
The sides of any excavation, when deemed necessary or as
required by State or Federal regulation, shall be properly
supported with bracing, shoring or sheeting as the need may be.
Such bracing and shoring shall be withdrawn as the work progresses.
'• In case the excavation is close enough to buildings or other
foundations as to endanger their stability by the removing of such
bracing, then they shall be made secure and left in place, and the
' water line trench backfilled and thoroughly tamped with the bracing
in place.
The Contractor shall provide sufficient pumps and other
' necessary equipment to keep the trench free of water which may
accumulate. If the bottom of the trench becomes soft and muddy,
the Contractor shall remove all such soft material and replace it
' with bedding materials approved in Part B of these specifications.
Under no conditions shall pipe be laid in a trench that has not
been properly dewatered.
The length of trench that may be opened ahead of the pipe
laying operation shall be determined by field conditions. The
contractor is responsible for the proper restoration of open
' trenches damaged by the weather or by other means. If, because of
such trench damage, a different type of pipe bedding system is
required to provide proper pipe support, the extra expense of such
revised bedding shall be borne by the contractor at no cost to the
City.
1
Part C, Construction Methods 5
I
3. Pipe Trench, Backfill:
I
After the pipe bedding has been placed (including up throu
6" above the pipe, the trench, excavated areas around valve
fittings, fire hydrants, and other appurtenances shall
backfilled with excavated material free from rock larger than 6
inches within 18" of the top of the bedding and 8" in diamet
thereafter. In no case shall rock material from blasting operatiori
be allowed in the trench.
All pipeline trench backfill shall be placed in layers
appropriate thickness and compacted using a mechanica$
hydraulically -powered vibratory trench compactor or other
equivalent equipment. Heavy compaction equipment shall not be us
closer than 2 feet to the top of the pipe. Any backfill failing
meet the compaction requirements set out below shall be replaced
and/or recompacted to meet the compaction specifications. t
All trench backfill (except under paved or driving surface
areas as detailed below) shall be compacted to 90 percent (minimu
of that of the adjacent undisturbed soil. Unless specifically not
on the Plans, no density testing will be required to pro
compliance with the 90 percent density requirement.
In areas where the trench is parallel to or crosses any pave
area or driving surface including streets, parking lots, future or.
planned streets, or driveways, the backfill shall be crushed ston
as specified in Section 300 CRUSHED STONE BASE (AHTD Class 7). Th�
Crushed stone trench backfill (aggregate. base course, Class )
shall be placed in 6 to 8 inch lifts and compacted to 95 percent
modified Proctor density (ASTM•D1557-78). I
Red clay gravel or "hillside" may be used as a backfill
material in areas described in the above paragraph whe
specifically approved by the City Engineer and compacted in 6 to
inch lifts to 95 percent of standard proctor.
One density test per crossing shall be required. Where th
trench runs parallel to the driving or paved surface one densit
test shall be required per 500 feet or portion thereof. An
additional test will be made for each test failure at approximately
100 feet either side of failing test.
In areas to be topsoiled, the density of the backfill materia
shall be tested at a depth of 12 to 18 inches below the finishe
grade prior to the placement of the topsoil.
In open fields and other areas where deemed appropriate, th
trench may be overfilled and allowed to settle prior to fina
surface replacement. Trenches may be flooded to promote settlement
in areas where it is deemed appropriate.
Part C, Construction Methods
I
I
I
I
I
I
4. Installation of Meter Box Settings:
Meter box settings shall be located at the street right of
or easement line. Double meter boxes shall be placed on the
property line between the two lots to be served. Single meter
shall be placed in the center of the lot.
way l
sets I
The final grade at the meter box location shall be determined
by the Engineer of Record and the meter box shall be placed at that
grade. Up to the time of final acceptance by the City, it shall be
the responsibility of the Owner to make whatever adjustments to
meter boxes that might be necessary. After final acceptance by the
City any adjustment of meter boxes needed will be handled in
accordance with existing or future City Ordinances that may govern
the situation.
No meters shall be set by the City until the meter box is
adjusted to the proper grade.
' Any boxes falling in driveways or sidewalks shall be relocated
at the expense of the developer or lot owner.
It shall be the responsibility of the Engineer of Record to
'
place meter box locations on the Record Drawings and to mark them
in the field. The Record Drawings shall indicate from where each
lot is to receive water. service.
5. Valve and Valve Box Installation:_
' Gate and butterfly valves shall be installed in accordance
with AWWA C600, latest revision, Sections 3.3 and 3.6, and with
either AWWA C504 or AWWA C509, as applicable, latest revisions, the
' manufacturer's recommendations, and these Specifications.
Prior to installation, all valves shall be visually inspected
' for defects, and any foreign material in the valve interior
removed.
I
H
HI
I
E
A valve box as specified shall be provided for each valve used
in a buried service application. The valve box shall be installed
so as not to transmit shock or stress to the valve. The valve box
shall be centered and plumb over the operating nut of the valve
with the box cover flush with the surface of the finished surface.
The valve box shall be backfilled evenly around its perimeter with
select material. The backfill material shall be hand tamped so
that the ground will not settle after placement of the concrete
collar.
Part C, Construction Methods
7
I
All valve box lids sk
collar placed around them.
valve box lid and shall be
shall be flush with the top
or roadway surface. Valve
until every item of cleanup
tall have an 18 inch square concre1
The collar shall be centered on the
6 inches thick. The top of the p
of the box and the surrounding grou
box collars shall not be construct
has been completed.
.1
6. Fire Hydrant Installation:
Prior to installation, all hydrants shall be inspected fi
direction of opening, cleanliness of inlet elbow, handling damage,
and cracks.
All hydrants shall stand plumb within a tolerance of 1/8 in
horizontally in 12 inches vertically. The nozzles shall be parallel
with, or at right angles to, the street with the pumper nozzi
facing the curb. Hydrants shall be set to established grade wi
the nozzle centerline at least 18 inches above the ground.
When hydrants are placed beyond the curb, the hydrant barr
shall be set so that no portion of the pumper or hose nozzle c
will be less than 12 inches nor more than 18 inches from the
outside face of the curb. When set in the lawn space between t
curb and the sidewalk, or between the sidewalk and the proper
line, no portion of the hydrant or nozzle cap shall be within 6
inches of the sidewalk.
Each hydrant shall be connected to the main with a 6 inc
ductile iron pipe branch and an independent 6.inch gate valve. T
6 inch branch of themain line fittings shall be equipped wi
retaining lip and swivel gland for positive restraint without t
rods. Any change in grade needed to properly place the hydrant
shall be accomplished by the use of an "S" fitting. '
Drainage shall be provided at the base of the hydrant by
placing coarse gravel or crushed stone mixed with sand from the t
of the reaction backing to at least 6 inches above the was
opening in the hydrant, and to a distance 3 feet around the elbo .
No drainage system shall be connected to a sewer.
The bowl of each hydrant shall be braced against unexcavati
earth at the end of the trench with concrete reaction backing. IN
NO CASE SHALL THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM Tj
FIRE HYDRANT DRAIN PORTS.
I
I
Part C, Construction Methods I
I
7. Blow -Off Construction:
' The location of the blow -offs shall generally be as detailed.
The exact location as well as the orientation and length of the
piping shall be determined in the field to ascertain that the
vertical riser extends above natural grade.
8. Clean -Up
' These specifications shall apply in all cases unless the
landowner involved indicates to the City a willingness to waive
' them. However, no waiver will relieve the contractor from the
requirement to refill sunken ditchlines as necessary and to control
erosion from the cut areas by seeding and mulching until grass is
' established. Also, no waiver will relieve the contractor from the
requirement to leave the site neat and free from construction
debris of all kinds.
' Any such waiver must be submitted in writing to the City and
approved by the City Engineer.
' There are generally three classifications of cleanup for water.
line construction:
Class I Cleanup. Areas of construction within lawns, gardens,
' or other well -kept areas, including street rights of way that
are kept as lawns by adjacent landowners.
Class II Cleanup. Areas of construction within fields,
meadows and street rights of way which are mowed or cultivated
(gardens excepted).
' Class III Cleanup. Areas of construction that are heavily
brushed or wooded, steep rocky slopes, or other areas where it
is not practical for the area to be cultivated.
The method of cleanup for each of the classes defined above
shall be as set out below.
a) Class I Cleanup - Lawns Gardens Etc. The trench shall be
'
backfilled in accordance with these Specifications. After the
topsoil has been replaced to the same depth as adjacent
undisturbed areas over the damaged areas, the Contractor shall
' proceed immediately to hand rake the entire construction area
to remove all rock 1/2 inch or larger in diameter. Debris of
every type shall be removed and all damaged tree limbs shall
' be pruned. After the area has been raked and accepted, it
shall be seeded at the rate of 0.15 pounds per 100 square
feet, using the following seed mixture (percent weight):
Part C, Construction Methods 9
J
I
Lawn Fescue 40%
Blue Grass 30% ,
Rye Grass (Annual) 30%
During or after seeding is complete, all areas shall 4
covered with 10-20-10 fertilizer at the rate of 250 pounds p
acre, or approximately one-half pound per 100 square feet. No
watering will be required. However, after seeding and
fertilization the entire area shall be rolled with a roller
sufficient size and weight to achieve a smooth finishe
surface prior to mulching.
Straw mulch consisting of good grade clean straw, free of
weeds or seed shall be placed over seeded areas and shall be
uniformly spread so as to provide a thickness of approximatel
2 inches when first spread.
Where the existing ground cover does not contain any of th
grasses as set out in the seed mixture above (Bermuda grass
Zoysia, etc.), the Contractor shall be responsible fo
cutting, removing stockpiling and saving the existing sod on
the job site. After constructing the water line an�
backfilling the trench, the sod shall be replaced to
condition equal to or better than that prior to construction.
In the event that insufficient sod has been stored, or sod ha
been lost or destroyed, the Contractor shall be responsiblj
for providing and installing new solid sod of the existing
type to complete the cleanup.
b) Class II Cleanup - Fields, Meadows, Etc. The trench shall
be backfilled in accordance with the Pipe Specifications.
After the backfill is completed and the surface over th
trench left slightly rounded, the area shall be machine rake
to remove all rock to a condition equal to the existing
surface on the better side of the adjacent existing right o
way.
All excess excavated material shall be removed from the site,
including excess material which has accumulated around
fence posts, trees, mailboxes, etc. All areas which have beer
disturbed, such as that caused by equipment tracks, shall be
carefully backfilled and repaired as though it were a part of
the actual trench excavation. Seeding and fertilizing of
these areas is required using the seed mixture and application
rates set out below (percent expressed in terms of weight).
Field Fescue 40%
Rye Grass (Annual) 40%
White Clover (Common) 20%
Part C, Construction Methods 10,
LJ
u
I
I
I
H
i
1
1
1
1
n
• After the area has been accepted, it shall be seeded at the
rate of 0.15 pounds per 100 square feet. During or after
seeding is complete, all areas shall be covered with 10-20-10
fertilizer at the rate of 250 pounds per acre, or about
one-half pound per 100 square feet. No watering will be
required. However, after seeding and fertilization the entire
area shall be rolled with a roller of sufficient size and
weight to achieve a smooth finished surface prior to
mulching. Where the existing field grass is Bermuda, or other
type not specified above, the Contractor shall place such
topsoil as required, and shall seed with the existing type
grass so that an equivalent ground cover will be provided.
Straw mulch consisting of good grade clean straw, free of
weeds or seed shall be placed over seeded areas and shall be
uniformly spread so as to provide a thickness of approximately
2 inches when first spread.
c) Class III Cleanup - Steep, Wooded or Rocky Areas. The
trench shall be backfilled in accordance with the Pipe
Specifications. After the trench backfill is complete, all
damaged brush of every type shall be cut just below ground
surface and all damaged limbs shall be trimmed. All brush and
debris shall be disposed of by the Contractor and the entire
area shall be machine raked so that the area of construction
is in a condition equal to the existing surface on the better
side of the existing adjacent right of way.
The area of the trench line shall then be seeded and
fertilized at the rate of 0.15 pounds per 100 square feet
using the same seed mixture, fertilizer and application rates
as set out under Class II cleanup, except that tall fescue
(Kentucky 31) shall be used in place of field fescue.
Straw mulch consisting of good grade clean straw, free of
weeds or seed shall be placed over seeded areas and shall be
uniformly spread so as to provide a thickness of approximately
2 inches when first spread.
d) All Areas. All work within the construction area shall be
cleaned to the satisfaction of the Owner. In general, all
rocks, trash or rubbish of any nature shall be removed from
the site of the work.
During construction, the Contractor shall at all times keep
work areas in a clean, neat and workmanlike condition. Excess
pipe, excavation, brush and materials of construction shall be
removed and disposed of as the work progresses. In built-up
areas, including lawns, the job site shall be cleaned up
immediately behind construction. Streets and driveways
blocked by excess materials after basic construction is
completed will not be tolerated.
Part C, Construction Methods
11
I
If the trench should settle while the Contractor is still t
the job or within two (2) years of the project completion
date, the Contractor shall make the required repairs at
additional cost to the Owner in accordance with the continui
responsibility provisions of these Specifications. Failure of
Contractor to make necessary repairs during .the one ye
period will be cause for Owner to make or contract for su
repairs and invoice the Contractor for all costs.
e) Restoration of Damaged Surfaces and Property. Where a
pavement, trees, shrubbery, fences, poles or other proper
and surface structures have been damaged, removed or disturbed
by the Contractor, whether deliberately or through failure
carry out the requirements of the contract documents, stall
laws, municipal ordinances, or through failure to employ usual
and reasonable safeguards, such property and surfa
structures shall be replaced or repaired at the expense of t
Contractor.
f) Access after Construction. Unless otherwise directed, a
areas shall be graded after construction so as to }�
accessible by four wheel drive vehicle.
These clean-up specifications shall apply to on -site
subdivision construction as well as off -site construction of Ovate
lines. The fact that the installation of. other utilities and/cl
house building activitil. e:3 may damage• such erosion control measure
shall not exempt the developer from this requirement.
9. Pavement Repairs:
All pavements which have been removed or damaged shall b'
repaired in accordance with these Specifications depending upon the
type of pavement existing prior to construction.
a. Asphaltic Pavement Repair. The existing pavement shall
be saw -cut and removed to a point 18 inches beyond the
trench line limits, and brought to. grade 9 inches belo
the top of the existing pavement. Six inches of 3000 psi
concrete shall be placed and allowed to cure. This area
shall then be resurfaced by applying asphaltic cemen
prime coat at the rate of 0.25 gallons/square yard
followed by a minimum of 3 inches of hot -mixed, hot-lai
asphaltic concrete, laid to an elevation matching the
existing finished grade. The hot -mixed, hot -laid asphalt
shall be compacted to 92 percent of theoretical density
1
Part C, Construction Methods 1i
F I
I
I
C
I
7
7
k
H
I
b.
C.
One nuclear densimeter test per asphaltic patch or repair
shall be performed. The asphaltic pavement repair shall
be deemed acceptable by the Engineer upon a passinc
nuclear densimeter test at a location as directed by the
Engineer. The cost of determining the compacted density
shall be at the expense of the Contractor.
Any unacceptable patch or repair shall be replaced and/or
recompacted and retested at the Contractor's expense.
Concrete Pavement Repair. The existing pavement shall
be saw -cut and removed to a point 18 inches beyond the
trench line limits, and brought to grade 9 inches below
the top of the existing pavement. Concrete (4200 psi)
shall be placed to match the existing surface. Joint
sealer shall be placed in the area between the repaired
surface and the original surface.
Unpaved Driving Surface Repair. After the trench has
been backfilled as set out elsewhere in these
Specifications, the surface shall be brought to the
existing grade with additional crushed stone base.
where special paving surfaces exist, such
washed gravel, exposed aggregate, or other such
then the final surfaces shall be replaced in
specifically noted otherwise.
10. Barricades, Guards and Safety Provisions:
as natural gravel,
special materials,
kind except where
To protect persons from injury and to avoid property damage,
adequate barricades, construction signs, warning lights and guards
as required shall be placed and maintained during the progress of
the construction work and until it is safe for traffic to use the
highway. All material piles, equipment and pipe which may serve as
obstructions to traffic shall be enclosed by fences or barricades
and shall be protected by proper lights when the visibility is
poor. Execution of all necessary safety precautions is the sole
responsibility of the Contractor.
11. Maintenance of Traffic and Closing of Streets:
1 The Contractor shall carry on the work in a manner which will
cause the least interruption to traffic, and may close to through
' travel not more than two consecutive blocks, including the cross
street intersected. Where traffic must cross open trenches, the
Contractor shall provide suitable bridges at street intersections
' and driveways.
Part C, Construction Methods 13
I
The Contractor shall post suitable signs indicating that
street is closed and necessary detour signs for a proper
maintenance of traffic. Three (3) days written notice to t
Mayor's office is required prior to the closing of any stree
Also, it will be the contractor's responsibility to notify all
emergency units (fire, police, EMS, etc.) prior to the closing
partial closing of a street. The closing of State Highways shall
require approval of both the City and the State Highway and
Transportation Department.
L
1I
I
C
C
C
I
I
I
I
I
1
Part C, Construction Methods 141
I
I
H
I
H
r
H
I
I
H
H
I
I
I
I
I
APPENDIX B
Special Provisions
City of Fayetteville
r
H
NORTH COLLEGE WATER MAIN REPLACEMENT
H
SPECIAL PROVISIONS
The Standard Water Line Specifications
I
as published by
the City
of Fayetteville shall govern for
all water mains and appurtenances to be
installed on this
project,
except as modified herein.
I
I
I
I
I
I
I
I
J
J
Li
I
I
All ductile iron mechanical joint waterline fittings shall have a 6-8 mil thickness of fusion
bonded epoxy applied to the exterior and interior of each fitting. This coating shall
conform to ANSUAWWA C550 and Cl 16/A21.16.
2. Tracer wire when spliced or damaged shall be connected with wire nut and wrapped with
electrical tape.
3. Meter yoke shall be Mueller B2404 or approved equal.
4. Water service line shall be Drisco Pipe, 200 psi, DR -9, or approved equal. One inch
minimum size between the main and meter setter inlet. Install trace wire with the service
line, spliced to or looped from the water main trace wire to the meter box. Service line
on the meter outlet side, connecting to the customer's tubing, may be I -inch or 3/4 —inch
in size, as required to match the customer's service line.
All trenches shall be backfilled in accordance with the City of Fayetteville's Standard
Specifications for Waterline Construction, dated 1996, or its latest revision.
6. Fire hydrants shall be color coded based upon flow capacities. The caps and bonnet, or
top two inches of the hydrant if there is no bonnet, shall be color coded as specified
below. After color coding is applied, all parts of the fire hydrants shall be coated with
Axon Arospace Bright White Alert No. 1460, or equal as approved by the City. Color
coding shall not be applied over the Arospace reflective paint. Upon request of the
Contractor, the City will conduct flow measurements and notify Contractor of flow
determinations.
Flow Capacity (gpm)
Color
500-1,000
Orange
1,000-1,500
Light Green
>1,500
Light Blue
The paint shown on the table on the following page, available at Lowe's of Fayetteville,
or equal, as approved by the City or the Engineer, shall be used for color coding.
tFY032142 Special Provisions
Paint Name - Interprise First Step
Metal Primer — 48938 Red
Interprise-Green Base 1180
Colorant
Oz
48th
96`h
102 Thalo Blue
15
1
103 Thalo Green
2Y
9
0
111 Med Yellow
31
0
Interprise-Red Base 1184
Colorant
Oz
48th
96th
102 Thalo Green
0
0
0
114 Ext Yellow
IY
29
0
116 Ext Red
10Y
37
113 White
30
0
Interprise-Blue Base 1180
Colorant
Oz
48th
96th
102 Thalo Blue
lY
4
115 Magenta
8
Paint Name - Koppers
Koppers - Orange 324
Osha Safety
Rustarmor 500 Enamel
7. Valve boxes shall be American Flow Control Trench Adaptor of appropriate length for
the installation. The word WATER shall be cast into the top of the lid. Extension pieces,
if required, shall be the manufacturer's standard type. All units shall be complete with all
necessary bases and accessories.
FY032142 Special Provisions 2
L
u
Li
L
L
I
H
H
r
H
H
H
APPENDIX C
Water Shut Down and Boil Orders
City of Fayetteville
J
S
I
I
I
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Jim Beavers, City Engineer
From: David Jurgen, Water/Sewer
Date: 13 March, 2000
Re: Water Shut Down and Boil Orders For Contractor Work Updated 13 March 2000
The Arkansas Department of I Icalth has changed its boil order policy. This memo, and the attached
notices to customers, reflect the changes in that policy. These outline the updated procedures to be
followed any time a contractor must shut down water to any customers serviced by the Fayetteville water
system. Most of the changes are in the attachments and in the sampling procedures the Water/Sewer
Department must follow; there are no changes in the contractor's procedures.
This policy should go into effect immediately. You can easily tell if the form being used is the updated
form. These all have the following line near the bottom of the notice:
Lener updated 13 Much 2000. Reviews editions are obsolete.
If this line is not present, the notice is obsolete and should be discarded.
1 First, shutting down water to any customers for a planned job shall be avoided whenever possible. All
possible efforts must be made to keep water flowing to all customers. If the shut down involves
hospitals, health facilities, schools, food service establishments, day care centers, industries, chicken
1 houses, homes with special needs, and other water -critical facilities (as determined by the City),
temporary water service must be provided at the contractor's or developer's expense.
In the event that water must be shut off to a customer, each customer shall be notified no later than 72
hours (or three working days, whichever is longer), in advance with a form provided by the Water and
Sewer Maintenance Superintendent. A copy of this form is attached. The contractor is responsible to
hand out these advance notices to each customer who will be out of service after specific coordination
with the Water and Sewer Maintenance Department. Notices shall be distributed to the customers
1 only after it is completely filled out, including the address fist, and submitted to and approved by
the Water/Sewer Department.
1' [he City reserves the right to establish the day and time for the water shut -down. This may include, but is not limited to, requiring that the shut -down take place at the time of minimum usage for the customers,
and will frequently be late night and/or weekend work. Any costs incurred will be borne by the
contractor.
When possible, we would like to have the work performed no later in the week than Wednesday, so we
can have the boil order results back in the same week as the work is performed.
I
I
[1
Steps of the process are as follows:
1. Identify the potential need to shut down the water.
2. Coordinate with the Water/Sewer Department to identify exactly what addresses will be
impacted and what valves must be operated. Jointly ensure that all of these valves are in proper working
order.
3. Meet with the following to ensure all parties are involved and fully aware of the project and
what is involved. This meeting will normally be held at the City Engineer's office at least 4 working days
prior to the shut down. The following must attend: the designing engineer (or his representative), the
contractor, the City's engineering inspector, and a representative of the Water/Sewer Department. The
designing engineer or contractor must bring with them the list of addresses to be affected. They must
also have detailed plans for the work to be performed and plans for any temporary water services to be
provided. Coordination must be made with each critical water user prior to this meeting. Points of
contact (names and telephone numbers) for each must be on the list.
4. Deliver the notices to the Water/Sewer Department, with the address list. Confirm that the
information is approved. This must be done prior to distributing the notices to the customers.
Hand out notices to the customers three working days in advance. Each individual address
that is notified must be written down, and a copy of the list must be delivered to the Water and Sewer
Department no later than two working hours prior the notices being distributed. This list should exactly
match the list identified in advance, per paragraph 3, above. If apartments or other multi -dwelling
structures are involved, notice must be delivered to each individual residence. Legally, notices can not
be put in mailboxes.
6. Confirm with both Engineering and Water/Sewer no later than 10:00 a.m. the day prior to the
work being performed to confirm inspection and valve operation. [Engineer/Contractor].
7. Perform the work.
8. Notify Water/Sewer when finished with job, so they can take water samples for the boil order.
9. Issue boil order releases when sample results are returned. The Water/Sewer Department will
issue the releases. In some cases, the Water/Sewer Department may require the contractor provide
personnel to assist in handing out the notices.
I have attached two separate notices which may have to be distributed. The first is for water pressure
reduction, when no boil order will be required. The second is when a boil order will be required. The
decision of which is required will be made in the meeting at Engineering (step 3).
Letter updated 13 March, 2000. Previous editions are obsolete. \SPECS\BOIL-CON.DEP
I
I
I
11
I
I
Li
I
J
J
J
I
I
J
J
I
I FAYETTEVI LLE
1
1 THE CITY OF FAYETTEVILLE. ARKANSAS
WATER SYSTEM NOTICE TO TILE CUSTOMER
PRECAUTIONARY BOIL WATER NOTICE
1 DATE:
Dc NM,d,Dnbured
Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer
1 listed below, must shut the water off to your business or residence. If you need to draw up water for use, please do so
before this time. The water will be off as follows:
1 DATE TURNED OFF (approximate):
TIME TURNED OFF (approximate):
1 TIME TURNED ON (approximate):
Once your water has been turned back on, the Arkansas Department of Health (ADH) requires the City of Fayetteville
1 Water and Sewer Department issue this precautionary boil water notice. The ADH recommends that water being used
for drinking and cooking be heated to a rolling boil for at least one minute. Ice cubes formed while this boil order is in
effect should be discarded and only boiled water used for making ice. Water used for bathing should not be a problem,
although small children should be supervised to ensure they do not ingest the water. In addition to or in lieu of boiling the
1 water, you may want to use bottled water from a reputable source.
This boil order will be in effect until the water has been tested and approved by the Arkansas Department of Health
1 laboratory. The results should he known in 5 to 7 days. You will be notified via letter on your door as soon as the
Water/Sewer Department receives this approval from the State Health Department.
Again, this boil order is a precautionary requirement. The chances of contamination in your water are slight, but for your
1 safety and to meet State regulations this precautionary boil order has been issued for your residence or business.
If you have any questions, please call one of the following:
Engineer:
Co�ay od Comau Nn Pbo c
1 Contractor:
Cooky C� N� Plane
1 Thank you for your patience and consideration.
I
Water &
575-8386
Superintendent
1 Lena uµtated IJ Mercy 2000. Previous editions arc obsukte.
0i\C:l\D0ILCUN. W W)
113 WEST MOUNTAIN 72701 501-521-7700
FAX 501-575-8257
FAYETTEVI LLE
1
THE CITY OF FAYETTEVILLE, ARKANSAS
WATER SYSTEM NOTICE TO THE CUSTOMER '
WATER PRESSURE REDUCTION
DATE:
Vat
m t
Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of
the engineer listed below, must significantly reduce the water pressure in the area serving your business or
residence. The water pressure will be reduced at the following time:
DATE TURNED DOWN:
TIME TURNED DOWN (approximate):
TIME TURNED BACK ON (approximate):
The pressure will probably be reduced such that you will not have water available in your residence or
business. We are attempting to make the repairs in this way so as to avoid having to put your home or
business on a precautionary boil order.
As this is simply a temporary reduction in pressure and, if the work goes as planned, there will be no
requirement for the City to issue a precautionary boil order. Your water will be perfectly safe to drink as
soon as full pressure is restored. '
If the repair does not work as we expect and a boil order becomes necessary, you will be notified, in writing,
when we the need for the boil order is identified.
If you need to draw up water for use, please do so before the time we will be reducing pressure.
If you have any questions, please call one of the following:
Engineer:
Company and Contact Name Phone '
Contractor:
Company and Contact Name P '
Thank you for your patience and consideration.
I
DAVID JURGENS
Water/Sewer Maintenance Superintendent
575-8386
Letter updated 13 March, 2000. Previous editions are obsolete. DI'C:\\BOIL-CON-PRES.WPD '
113 WEST MOUNTAIN 72701 501-521-7700
FAX 501-575-8257
i
1 DATE NOTIFIED
ADDRESSES:
H
I
1
LI
u
I
1
Li
I
H
H
i
I
H
H
BOIL ORDER FORM
DATE CLEARED
CREW
H
I
H
I
H
I
I
I
APPENDIX D
1
Occupational Safety Health Administration (OSHA)
1 Standard for Excavation and Trenches Safety System
29 CPR 1926, Subpart P
I
H
H
I
I
H
I
L
u
I
I
H
I
I
I
I
I State of Arkansas
2 79th General Assembly
3 Regular Session, 1993
4 By. Senator Keet
5
6
.(r Engrossed: 2/10/91
ACT 2911993
A Bill
SENATE BILL 32
7 For An Act To Be Entitled
8 "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC
9 WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR
10 EXCAVATION SAFETY SYSTEMS; TO INVALIDATE BIDS WHICH DO NOT
11 CONTAIN SUCH PROVISIONS; TO DECLARE AN EMERGENCY; AND FOR
12 OTHER PURPOSES."
13
14 Subtitle
15 "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC
16 WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR
17 EXCAVATION SAFETY SYSTEMS."
18
19 BE IT ENACTED BY THE GENERAL ASSEMBLY OF.THE STATE OF ARKANSAS:
20
21 SECTION 1. Whenever any agency of this state or of any county,
22 municipality, or school district, or other local taxing unit or improvement
23 district enters into a contract covered by the provisions of Arkansas Code 55
24 22-9-202 - 22-9-204 for the making of repairs or alterations or the erection
25 of buildings or for the making of any other improvements, or for the
26 construction or improvement of highways, roads, streets, sidewalks, curbs,
27 gutters, drainage or sewer projects, or for any other construction project in
28 which the public work or public improvement construction project involves any
29 trench or excavation which equala.or exceeds five (5) feet in depth, the
30 agency, county, municipality, school district, local taxing unit or Ic
31 improvement district shall require:
32 (1) the current edition of Occupational Safety and Health
33 Administration Standard for Excavation and Trenches Safety System, 29 CFR '}vc
34 1926, Subpart F, be specifically incorporated into the specifications for the
35 project; and
36 (2) the contract bid form to include a separate pay item for
vj1276
Occupational Safety and Health Admin., Labor
it is necessary to stand at the
and or inboard edge of the deck
ere less than 24 inches of bulw
1, coaming, or other protection
all employees shall be provi
a suitable means of oroter/
agai st falling from the deck
(d)first-aid and lifesaving
(1) P visions for rendering
and m dical assistance shall
cordanc½ with subpart D of th.
(2) Thk employer shall en
there is i the vicinity of eac
use at le t one U.S. Coastft
in
1
1
§ 1926.650
25059). or 9-83 (48 FR 35736), as applicable, and
29 CFR part 1911.
SOURCE: 54 FR 45959, Oct. 31, 1989, unless
otherwise noted.
ion § 1926,650 Scope, application, and defi-
nitions applicable to this subpart.
mt (a) Scope and application. This sub -
aid part applies to all open excavations
ac- made in the earth's surface. Exca-
vations are defined to incl d
J
I
I
that u e trenches. '
(b) Definitions applicable to this sub -
;e in part.
1-ap- Accepted engineering practices means
proved 30- ch Altering wi not less those requirements which are compat-
than 90 fee of line atta ed, and at ible with standards of practice required least one po able or per anent ladder by a registered professional
which will r ch the to of the apronengineer.
to the surface f the wat r. If the above Aluminum Hydraulic Shoring means a
equipment is n t avail le at the pier,
the employer all f nish it during
the time that h is w rking the barge.
(3) Employees ng or working on
the unguarded de of barges shall be
protected with U. . Coast Guard -ap-
proved work vests buoyant vests.
(e) Commercial d i operations. Com-
mercial diving o ra 'ons shall be sub-
ject to subpa t T of part 1910,
§§ 1910.401-1910.4 1, oft chapter.
[39 FR 22801, Ju a 24. 1974
FR 37674, July . 19771
§ 1926.606
this si
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
amended at 42 method of protecten em to f
to
(a) Apr The area along he water-
front edg of the pier or whark.
(b) Bu ark —The side of a s\ship
e
the upp r deck.
(c) naming —The raised fs
aroun a hatchway in the deckp
out w ter.
(d) Jacob's ladder —A marine f
rop or chain with wooden
rugs.
) Rail, for the purpose of l926.65,
a light structure servrd at the outer edge of
Subpart P —Excavations
AUTHORITY: Sec. 107, Contract Worker
Hours and Safety Standards Act (Construc-
tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8.
Occupational Safety and Health Act of 1970
(29 U.S.C. 653, 655. 657); Secretary of Labor's
Order No. 12-71 (36 FR 8754), 8-76 (41 FR
g p yees rom
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.
369
I
I
I
H
H
I
I
J
I
I
I
I
I
I
H
I
I
I
I
I
I
I
Li
§ 1926.650
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 sys-
tems" 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. 1
Shield (Shield system) means a struc- g
ture that is able to withstand the t
forces imposed on it by a cave-in and t
thereby protect employees within the g
structure. Shields can be permanent o
structures or can he designed to be st
and moved along as work pro- d
gresses. Additionally, shields can be ei- f
ther premanufactured or job -built in c.
370
29 CFR Ch. XVII (7-1-04 Edition)
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
ength) made below the surface of the
round. In general, the depth is greater
han the width, but the width of a
rench (measured at the bottom) is not
reater than 15 feet (4.6 m). If forms or
ther structures are installed or con-
tructed in an excavation so as to re -
ice the dimension measured from the
orrns or structure to the side of the ex-
ivation to 15 feet (4.6 m) or less
I
Occupational Safety and Health Admin., Labor
(measured at the bottom of the e
vation), the excavation is also con
ered to be a trench.
Trench box. See "Shield."
Trench shield. See "Shield."
Uprights means the vertical memb
of a trench shoring system placed
contact with the earth and usually
sitioned so that individual members
not contact each other. Uprig
placed so that individual members
closely spaced, in contact with
interconnected to each other, are oft
called "sheeting."
Wales means horizontal members o
shoring system placed parallel to t
excavation face whose sides be
against the vertical members of t
shoring system or earth.
§ 1926.651 Specific excavation requir
ments,
(a) Surface encumbrances. All surfac
encumbrances that are located so as t
create a hazard to employees shall b
removed or supported, as necessary. t
safeguard employees.
(b) Underground installations. (1) Th
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.
The
371
1
§ 1926.651
f
xca- (4) While the excavation is open, un-
sid- derground installations shall be pro-
tected, supported or removed as nec-
essary to safeguard employees.
(c) Access and egress —(1) Structural
ers ramps. (1) Structural ramps that are
in used solely by employees as a means of
po- access or egress from excavations shall
do be designed by a competent person.
hts Structural ramps used for access or
are egress of equipment shall be designed
or by a competent person qualified in
en structural design, and shall be con-
structed in accordance with the design.
a (ii) Ramps and runways constructed
he of two or more structural members
ar shall have the structural members con-
e hnected together to prevent displace-
ment.
(iii) Structural members used for
e" ramps and runways shall be of uniform
thickness.
e (iv) Cleats or other appropriate
o means used to connect runway struc-
e tural members shall be attached to the
o bottom of the runway or shall be at-
tached in a manner to prevent tripping.
(v) Structural ramps used in lieu of
steps shall be provided with cleats or
other surface treatments on the top
surface to prevent slipping.
(2) Means of egress from trench exca-
vations. A stairway, ladder, ramp or
other safe means of egress shall be lo-
cated in trench excavations that are 4
feet (1.22 m) or more in depth so as to
require no more than 25 feet (7.62 m) of
lateral travel for employees.
(d) Exposure to vehicular traffic. Em-
ployees exposed to public vehicular
traffic shall be provided with, and shall
wear, warning vests or other suitable
garments marked with or made of
reflectorized or high -visibility mate-
rial.
(e) Exposure to falling loads. No em-
ployee shall be permitted underneath
loads handled by lifting or digging
equipment. Employees shall be re-
quired to stand away from any vehicle
being loaded or unloaded to avoid being
struck by any spillage or falling mate-
rials. Operators may remain in the
cabs of vehicles being loaded or un-
loaded when the vehicles are equipped,
in accordance with §1926.601(b)(6), to
provide adequate protection for the op-
erator during loading and unloading
operations.
H
H
I
H
H
I
I
I
I
I
I
H
LH
H
H
I
L
I
Li
Li
I
I
I
I
J
I
I
I
H
H
H
I
I
§ 1926.651
(1) Warning system for mobile equ
ment. When mobile equipment is op
ated adjacent to an excavation,
when such equipment is required to a
proach the edge of an excavation, a
the operator does not have a clear a
direct view of the edge of the exc
vation, a warning system shall be ut
lized such as barricades, hand or m
chanical signals, or stop logs. If po
sable, the grade should be away fro
the excavation.
(g) Hazardous atmospheres —(I) Testin
and controls. In addition to the require
ments set forth in subparts D and E o
this part (29 CFR 1926.50-1926.107) t
prevent exposure to harmful levels o
atmospheric contaminants and to as
sure acceptable atmospheric condi
tions. the following requirements shat
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 -
372
29 CFR Ch. XVII (7-1-04 Edition)
ip- mospheric conditions exist or may rea-
sonably be expected to develop during
or work in an excavation. This equipment
p- shall be attended when in use.
nd (ii) Employees entering bell-bottom
nd pier holes, or other similar deep and
a- confined footing excavations, shall
1- wear a harness with a life -line securely
e- attached to it. The lifeline shall be sep-
s- arate from any line used to handle ma-
n terials, and shall be individually at-
tended at all times while the employee
g wearing the lifeline is in the exca-
vation,
f (h) Protection from hazards associated
o with water accumulation. (1) Employees
f shall not work in excavations in which
there is accumulated water, or in exca-
vations in which water is accumu-
I 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
Occupational Safety and Health Admin., Labor
expected to pose a hazard to employees
shall not be permitted except when:
(I) A support system, such as under-
pinning, is provided to ensure the safe-
ty of employees and the stability of the
structure; or
(ii) The excavation is in stable rock;
or
(iii) A registered professional engi-
neer has approved the determination
that the structure is sufficently re-
moved from the excavation so as to be
unaffected by the excavation activity;
or
(iv) A registered professional engi-
neer has approved the determination
that such excavation work will not
pose a hazard to employees.
(3) Sidewalks, pavements, and appur-
tenant structure shall not be under-
mined unless a support system or an-
other method of protection is provided
to protect employees from the possible
collapse of such structures.
0) 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- p
tective systems, hazardous
atmospheres, or other hazardous condi-
tions. An inspection shall be conducted a
by the competent person prior to the s
start of work and as needed throughout a
373
1
§ 1926.652
the shift. Inspections shall also be
made after every rainstorm or other
hazard increasing occurrence. These in-
spections are only required when em-
ployee exposure can be reasonably an-
ticipated.
(2) Where the competent person finds
evidence of a situation that could re-
sult in a possible cave-in, indications
of failure of protective systems, haz-
ardous atmospheres, or other haz-
ardous conditions, exposed employees
shall be removed from the hazardous
area until the necessary precautions
have been taken to ensure their safety.
(1) Walkways shall be provided where
employees or equipment are required
or permitted to cross over excavations.
Guardrails which comply with
§1926.502(b) shall be provided where
walkways are 6 feet (1.8 m) or more
above lower levels.
I
I
I
L
I
(54
FR 45959,
Oct. 31,
1989, as amended by 59
FR
40730, Aug.
9, 1994]
§ 1926.652 Requirements for protective
systems.
(a) Protection of employees in exca-
vations. (1) Each employee in an exca-
vation shall be protected from cave-ins
by an adequate protective system de-
signed in accordance with paragraph
(b) or (c) of this section except when:
(i) Excavations are made entirely in
stable rock; or
(ii) Excavations are less than 5 feet
(1.52m) in depth and examination of the
ground by a competent person provides
no indication of a potential cave-in.
(2) Protective systems shall have the
capacity to resist without failure all
loads that are intended or could rea-
sonably be expected to be applied or
transmitted to the system.
(b) Design of sloping and benching sys-
tems. The slopes and configurations of
sloping and benching systems shall be
selected and constructed by the em-
ployer or his designee and shall be in
accordance with the requirements of
paragraph (b)(1); or, in the alternative,
paragraph (b)(2); or, in the alternative,
paragraph (b)(3), or, in the alternative,
paragraph (b) (4), as follows:
(1) Option (1) —Allowable configurations
nd slopes. (i) Excavations shall be
loped at an angle not steeper than one
nd one-half horizontal to one vertical
I
I
L
I
L
I
L
L
I
LI
H
I
I
I
I
I
Ii
I
I11
H
H
I
H
H
H
§ 1926.652
(34 degrees measured from the hurl
zontal). unless the employer uses on
of the other options listed below.
(ii) Slopes specified in paragrap
(b)(1)(i) of this section, shall be exca-
vated to form configurations that ar
in accordance with the slopes shown
for Type C soil in Appendix B to this
subpart.
(2) Option (2) —Determination o£ 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. (1) 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 1n 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: t
(A) The magnitude of the slopes that s
were determined to be safe for the par-
ticular project: s
374
29 CFR Ch. XVII (7-1-04 Edition)
(B) The configurations that were de
e termined to be safe for the particular
project; and
h (C) The identity of the registered pro-
fessional engineer approving the e de-
sign.
(iii) At least one copy of the design
shall be maintained at the Jobsite
while the slope is being constructed.
After that time the design need not be
at the jobsite. but a copy shall be made
available to the Secretary upon re-
quest.
(c) Design of support systems, shield
systems, and other protective systems. De-
signs of support systems shield sys-
tems, and other protective systems
shall be selected and constructed by
the employer or his designee and shall
be in accordance with the requirements
of paragraph (c)(1); or, in the alter-
native, paragraph (c)(2); or. in the al-
ternative, paragraph (c)(3); or. In the
alternative, paragraph (c)(4) as follows:
(1) Option (I) —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 -
en form at the jobsite during con-
traction of the protective system.
After that time this data may be
tored off the jobsite, but a copy shall
I
C
1
Occupational Safety and Health Admin., Labor § 1926.652
be made available to the Secretary ner that is consistent with the rec- 1
upon request. ommendations of the manufacturer,
(3) Option (3) —Designs using other tab- and in a manner that will prevent em-
ulated data. (i) Designs of support sys- ployee exposure to hazards.
tems, shield systems, or other protec- (3) When material or equipment that
tive systems shall be selected from and is used for protective systems is dam -
be in accordance with tabulated data, aged, a competent person shall exam -
such as tables and charts. ine the material or equipment and
(ii) The tabulated data shall be in evaluate its suitability for continued
written form and include all of the fol- use. If the competent person cannot as -
lowing: sure the material or equipment is able
(A) Identification of the parameters to support the intended loads or is oth-
that
affect the selection of a protective erwise suitable for safe use, then such
system drawn from such data; material or equipment shall be re -
(B) Identification of the limits of use moved from service, and shall be evalu-
of
the data; ated and approved by a registered pro -
(C) Explanatory information as may fessional engineer before being re -
be necessary to aid the user in making turned to service.
a correct selection of a protective sys- (e) Installation and removal of sup-
tem from the data. port —(l) General. (1) Members of sup-
(iii) At least one copy of the tab- port systems shall be securely con-
ulated data, which identifies the reg- nected together to prevent sliding, fall-
istered professional engineer who ap- ing, kickouts, or other predictable fail -
proved
the data, shall be maintained at ure.
the jobsite during construction of the (ii) Support systems shall be in -
protective system. After that time the stalled and removed in a manner that
data may be stored off the jobsite, but protects employees from cave-ins,
a copy of the data shall be made avail- structural collapses, or from being
able to the Secretary upon request. struck by members of the support sys-
(4) Option (4) —Design by a registered tem.
professional engineer. (i) Support sys- (iii) Individual members of support
tems, shield systems, and other protec- systems shall not be subjected to loads
tive systems not utilizing Option 1, Op- exceeding those which those members
tion 2 or Option 3, above, shall be ap- were designed to withstand.
proved by a registered professional en- (iv) Before temporary removal of in-
gineer. dividual members begins, additional
(ii) Designs shall be in written form precautions shall be taken to ensure
and shall include the following: the safety of employees, such as in -
(A) A plan indicating the sizes, types, stalling other structural members to
and configurations of the materials to carry the loads imposed on the support
be used in the protective system; and system.
(B) The identity of the registered (v) Removal shall begin at, and
professional engineer approving the de- progress from, the bottom of the exca-
sign.
vation. Members shall be released slow -
(iii) At least one copy of the design ly so as to note any indication of pos-
shall be maintained at the jobsite dur- sible failure of the remaining members
ing construction of the protective sys- of the structure or possible cave-in of
tem. After that time, the design may the sides of the excavation.
be stored off the jobsite, but a copy of (vi) Backfilling shall progress to -
the design shall be made available to gether with the removal of support sys-
the Secretary upon request. tems from excavations.
(d) Materials and equipment. (1) Mate- (2) Additional requirements for support
rials and equipment used for protective systems for trench excavations. (i) Exca-
systems shall be free from damage or vation of material to a level no greater
defects that might impair their proper than 2 feet (.61 m) below the bottom of
function, the members of a support system shall
(2) Manufactured materials and be permitted, but only if the system is
equipment used for protective systems designed to resist the forces calculated
shall be used and maintained in a man- for the full depth of the trench, and
375
I
I
P
I
I
I
I
H
I
I
I
I
I
I
I
I
I
Pt. 1926, Subpt. P, App. A
there are no indications while t
trench is open of a possible loss of s
from behind or below the bottom of t
support system.
(ii) Installation of a support syste
shall be closely coordinated with t
excavation of trenches.
(1) Sloping and benching systems. G
ployees shall not be permitted to wor
the faces of sloped or benched exc
vations at levels above other emplo
ces except when employees at the low
levels are adequately protected fro
the hazard of falling, rolling, or slidin
material or equipment.
(g) Shield systems —(1) General. (i
Shield systems shall not be subjecte
to loads exceeding those which the sys
tern was designed to withstand.
(ii) Shields shall be installed in
manner to restrict lateral or other hat
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 OF PART
1926 -SOIL CLASSIFICATION
(a) Scope and application —(1) Scope. This
appendix describes a method of classifying
soil and rock deposits based on site and envi-
ronmental conditions, and on the structure
and composition of the earth deposits. The
appendix contains definitions, sets forth re-
quirements, and describes acceptable visual
and manual tests for use in classifying soils.
(2) Application. This appendix applies when
a sloping or benching system is designed in
accordance with the requirements set forth
in §1926.6521b)(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
29 CFR Ch. XVII (7-1-04 Edition)
he to subpart P of part 1926. and when alu-
minum hydraulic shoring is designed in ac-
he cordance with appendix D. This Appendix
also applies if other protective systems are
designed and selected for use from data pre -
m pared in accordance with the requirements
he set forth in §1926.652(c), and the use of the
data is predicated on the use of the soil clas-
msification system set forth in this appendix.
(b) Definitions. The definitions and exam -
pies given below are based on, in whole or In
y- part, the following: American Society for
er Testing Materials (ASTM) Standards D653-85
and D2488: The Unified Soils Classification
m System. The U.S. Department of Agriculture
g (USDA) Textural Classification Scheme: and
The National Bureau of Standards Report
BSS -121.
d Cemented soil means a soil in which the par -
tides 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
sldeslopes, and Is plastic when moist. Cohe-
sive soil is hard to break up when dry, and
exhibits significant cohesion when sub-
merged. Cohesive soils include clayey silt.
sandy clay, silty clay, clay and organic clay.
Dry soil means soil that does not exhibit
visible signs of moisture content.
Fissured means a soil material that has a
tendency to break along definite planes of
fracture with little resistance, or a material
that exhibits open cracks, such as tension
cracks, in an exposed surface.
Granular soil means gravel, sand, or silt,
(coarse grained soil) with little or no clay
content. Granular soil has no cohesive
strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be
molded when moist and crumbles easily
when dry.
Layered system means two or more dis-
tinctly different soil or rock types arranged
in layers. Micaceous seams or weakened
planes in rock or shale are considered lay-
ered.
Moist soil means a condition in which a soil
looks and feels damp. Moist cohesive soil can
easily be shaped into a ball and rolled into
small diameter threads before crumbling.
Moist granular soil that contains some cohe-
sive material will exhibit signs of cohesion
between particles.
Plastic means a property of a soil which al-
lows the soil to be deformed or molded with-
out cracking, or appreciable volume change.
Saturated soil means a soil in which the
voids are filled with water, Saturation does
not require flow. Saturation, or near satura-
tion, is necessary for the proper use of in-
struments such as a pocket penetrometer or
sheer vane.
376
1
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A
Soil classification system means, for the pur-
(v) Material in a sloped, layered system
pose of this subpart, a method of catego-
where the layers dip into the excavation or a
rizing soil and rock deposits in a hierarchy
slope of four horizontal to one vertical
of Stable Rock, Type A, Type B, and Type C,
(4H:IV) or steeper.
in decreasing order of stability. The cat-
Unconfined compressive strength means the
egories are determined based on an analysis
load per unit area at which a soil will fail in
of the properties and performance character-
compression. It can be determined by labora-
istics of the deposits and the environmental
tory testing, or estimated in the field using
conditions of exposure.
a pocket penetrometer, by thumb penetra-
Stable rock means natural solid mineral
tion tests, and other methods.
matter that can be excavated with vertical
Wet soil means soil that contains signifi-
sides and remain intact while exposed.
cantly more moisture than moist soil, but in
Submerged soil means soil which is under-
such a range of values that cohesive material
water or is free seeping.
will slump or begin to flow when vibrated.
Type A means cohesive soils with an
Granular material that would exhibit cohe-
unconfined compressive strength of 1.5 ton
sive properties when moist will lose those co -
per square foot (tsf) (144 kPa) or greater. Ex-
hesive properties when wet.
amples of cohesive soils are: clay, silty clay,
(c) Requirements —(1) Classification of soil
sandy clay, clay loam and, In some cases,
and rock deposits. Each soil and rock deposit
silty clay loam and sandy clay loam. Ce-
shall be classified by a competent person as
mented soils such as caliche and hardpan are
Stable Rock, Type A, Type B. or Type C in
also considered Type A. However, no soil is
accordance with the definitions set forth In
Type A if:
paragraph (b) of this appendix.
(1) The soil is fissured; or
(2) Basis of classification. The classification
(ii) The soil is subject to vibration from
of the deposits shall be made based on the re -
heavy traffic, pile driving, or similar effects:
sults of at least one visual and at least one
or
(iii) The soil has been previously disturbed;
or
(iv) The soil is part of a sloped, layered
system where the layers dip into the exca-
vation on a slope of four horizontal to one
vertical (4H:1V) 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 (48
kPa) but less than 1.5 tsf (144 kPa); or
(ii) Granular cohesionless soils including:
angular gravel (similar to crushed rock),
silt, silt loam, sandy loam and, in some
cases, silty clay loam and sandy clay loam.
(iii) Previously disturbed soils except those
which would otherwise be classed as Type C
soil.
(iv) Soil that meets the unconfined com-
pressive strength or cementation require-
ments for Type A, but is fissured or subject
to vibration; or
(v) Dry rock that is not stable; or
(vi) Material that is part of a sloped, lay-
ered system where the layers dip into the ex-
cavation on a slope less steep than four hori-
zontal to one vertical (4H:IV), but only if the
material would otherwise be classified as
Type B.
Type C means:
(1) Cohesive soil with an unconfined com-
pressive strength of 0.5 tsf (48 kPa) or less: or
(ii) Granular soils including gravel, sand,
and loamy sand; or
(iii) Submerged soil or soil from which
water is freely seeping; or
(iv) Submerged rock that is not stable, or
377
manual analysis. Such analyses shall be con-
ducted by a competent person using tests de-
scribed in paragraph (d) below, or in other
recognized methods of soil classification and
testing such as those adopted by the Amer-
ica Society for Testing Materials, or the U.S.
Department of Agriculture textural classi-
fication system.
(3) Visual and manual analyses. The visual
and manual analyses, such as those noted as
being acceptable in paragraph (d) of this ap-
pendix, shall be designed and conducted to
provide sufficient quantitative and quali-
tative information as may be necessary to
identify properly the properties, factors, and
conditions affecting the classification of the
deposits.
(4) Layered systems. In a layered system,
the system shall be classified in accordance
with its weakest layer. However, each layer
may be classified individually where a more
stable layer lies under a less stable layer.
(5) Reclassification. If, after classifying a de-
posit, the properties, factors, or conditions
affecting its classification change in any
way, the changes shall be evaluated by a
competent person. The deposit shall be re-
classified as necessary to reflect the changed
circumstances.
(d) Acceptable visual and manual tests. —(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.
(1) Observe samples of soil that are exca-
vated and soil in the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
H
H
H
I
H
L
I
I
I
I
I
I
11
I
H
1
I
I
I
I
LI
I
I
I
I
I
I
I
IH
H
I
I
I
I
Pt. 1926, Subpt. P. App. B
material is cohesive material. Soil composed
primarily of coarse -grained sand or gravel is
granular material.
(11) 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 spalls are evi-
dence of moving ground and are indications
of potentially hazardous situations.
(iv) Observe the area adjacent to the exca-
vation and the excavation itself for evidence
of existing utility and other underground
structures, and to identify previously dis-
turbed soil.
(v) Observe the opened side of the exca-
vation to identify layered systems. Examine
layered systems to identify if the layers
slope toward the excavation. Estimate the
degree of slope of the layers.
(vi) Observe the area adjacent to the exca-
vation and the sides of the opened exca-
vation for evidence of surface water, water
seeping from the sides of the excavation, or
the location of the level of the water table.
(vii) Observe the area adjacent to the exca-
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 D -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 lb -inch
thread can be held on one end without tear-
Ingg. the soil is cohesive. r
(it) Dry strength. If the soil is dry and v
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 c
combination with gravel. sand or silt. If the
dry soil breaks into clumps which do not e
break up into small clumps and which can c
only be broken with difficulty, and there is a
no visual indication the soil is fissured, the in
soil may be considered unfissured. ac
(Iii) Thumb penetration. The thumb penetra- in
tion test can be used to estimate the
unconfined compressive strength of cohesive
soils. (This test is based on the thumb pene- ex
tration test described in American Society
for Testing and Materials (ASTM) Standard ti
378
29 CFR Ch. XVII (7-1-04 Edition)
designation D2488 —"Standard Recommended
Practice for Description of Soils (Visual —
Manual Procedure).") Type A soils with an
unconfined compressive strength of 1.5 tsf
can be readily indented by the thumb: how-
ever, they can be penetrated by the thumb
only with very great effort. Type C soils with
an unconfined compressive strength of 0.5 tsf
can be easily penetrated several inches by
the thumb, and can be molded by light finger
pressure. This test should be conducted on
an undisturbed soil sample, such as a large
clump of spoil, as soon as practicable after
excavation to keep to a miminum the effects
of exposure to drying influences. If the exca-
vation is later exposed to wetting influences
(rain, flooding), the classification of the soil
must be changed accordingly.
(Iv) Other strength tests. Estimates of
unconfined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated
shearvane.
(v) Drying test. The basic purpose of the
drying test is to differentiate between cohe-
sive material with fissures, unfissured cohe-
sive material. and granular material. The
procedure for the drying test involves drying
a sample of soil that is approximately one
Inch thick (2.54 cm) and six Inches (15.24 cm)
In diameter until it is thoroughly dry:
(A) If the sample develops cracks as it
dries, significant fissures are indicated.
(B) Samples that dry without cracking are
to be broken by hand. If considerable force is
necessary to break a sample, the soil has sig-
nificant cohesive material content. The soil
can be classified as a unfissured cohesive ma-
terial and the unconfined compressive
strength should be determined.
(C) If a sample breaks easily by hand, it is
either a fissured cohesive material or a
granular material. To distinguish between
the two. pulverize the dried clumps of the
ample by hand or by stepping on them. If
he clumps do not pulverize easily, the mate-
lal Is cohesive with fissures. If they pul-
erize easily into very small fragments, the
material is granular.
APPENDIX B TO SUBPART P OF PART
1926 -SLOPING AND BENCHING
(a) Scope and application. This appendix
ontains specifications for sloping and
benching when used as methods of protecting
mployees working in excavations from
ave-ins. The requirements of this appendix
pply when the design of sloping and bench -
g protective systems Is to be performed in
cordance with the requirements set forth
§1926.652(b)(2).
(b) Definitions.
Actual slope means the slope to which an
cavation face is excavated.
Distress means that the soil is in a condi-
on where a cave-in is imminent or is likely
I
I
Occupational Safety and Health Admin., Labor 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 spalling of ma-
terial from the face of an excavation; and
ravelling, i.e., small amounts of material
such as pebbles or little clumps of material
suddenly separating from the face of an exca-
vation and trickling or rolling down into the
excavation.
Maximum allowable slope means the steep-
est incline of an excavation face that is ac-
ceptable for the most favorable site condi-
tions as protection against cave-ins, and is
expressed as the ratio of horizontal distance
to vertical rise (H:V).
Short term exposure means a period of time
less than or equal to 24 hours that an exca-
vation is open.
(c) Requirements —(1) Soil classification. Soil
and rock deposits shall be classified In ac-
cordance with appendix A to subpart P of
part 1926.
(2) Maximum allowable slope. The maximum
allowable slope for a soil or rock deposit
shall be determined from Table B -I of this
appendix.
(3) Actual slope. (1) 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 0 horizontal to
one vertical (4H:1V) less steep than the
maximum allowable slope.
(iii) When surcharge loads from stored ma-
terial or equipment, operating equipment, or
traffic are present, a competent person shall
determine the degree to which the actual
slope must be reduced below the maximum
allowable slope, and shall assure that such
reduction Is achieved. Surcharge loads from
adjacent structures shall be evaluated in ac-
cordance with § 1926.651 (1).
(4) Configurations. Configurations of slop-
ing and benching systems shall be In accord-
ance with Figure B -I.
TABLE B-1
MAXIMUM ALLOWABLE SLOPES
SOIL
OR ROCK TYPE
MA'1IMUM ALLOWABLE SLOPES(H:V)C11
FOR EXCAVATIONS LESS THAN 20
flFFP r31
FEET
STABLE
ROCK
VERTICAL (909
TYPE
A (2)
3/4:1 (539
TYPE
B
1:1 (459
TYPE
C
11x:1 (349
NOTES:
1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in
degrees from the horizontal. Angles have been rounded off.
2. A short-term maximum allowable slope of 1/2H:IV (63°) is allowed in
excavations in Type A soil that are 12 feet (3.67 m) or less in depth.
Short-term maximum allowable slopes for excavations greater than 12
feet (3.67 m) in depth shall be 3/411:1V (53°).
3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered
professional engineer.
379
I
I
I
I
I
H
1
I
I
I
I
I
I
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Pt. 1926, Subpt. P, App. B
29 CFR Ch. XVII (7-1-04 Edition)
Figure B -I
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
B -l.1 Excavations made In Type A soil.
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope
of ti.
20' Max. al
3/4
SIMPLE SLOPE
—GENERAL
Exception:
Simple slope
excavations which are
open 24 hours or less (short term) and which
are 12 feet or
less in depth
shall have a maximum
allowable slope of ti.
12' Max. A
I 1
1/2
SIMPLE SLOPE —SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 3 to I and maximum bench dimensions as follows:
380
Occupational Safety and Health Admin., Labor
SIMPLE BENCH
20' Max.
Max.
4' Max.
Pt. 1926, Subpt. P, App. B
1
/
3/4
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por-
tions shall have a maximum vertical side of 34 feet.
8Max. 3/4
3�Z' Max.
UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 8 FEET IN DEPTH
All excavations more than 8 feet but not more than 12 feet in depth which unsupported
vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum
vertical side of 3@ feet.
E
381
1
1
1
1
1
I
1
I
C
I
I
I
I]
I.
I
I
I
I
I
I
C]
I
I
I
I
Pt. 1926, Subpt. P. App. B
29 CFR Ch. XVII (7-1-04 Edition)
UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 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 46:1. The support or shield sys-
tem must extend at least 18 inches above the top of the vertical side.
20' Max.
/al
3/4
18" Min.
Total height of vertical side
SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION
4. All other simple slope, compound slope, and vertically sided lower portion excavations
shall be in accordance with the other options permitted under § 1926.652(b).
B-1.2 Excavations Made in Type B Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 1:1.
SIMPLE. SLOPE
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 1:1 and maximum bench dimensions as follows:
382
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. B
SINGLE BENCH
MULTIPLE BENCH
3. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1:1.
VERTICALLY SIDED LOWER PORTION
4. All other sloped excavations shall be in accordance with the other options permitted in
§ 1926.652(b).
B-1.3 EXCAVATIONS MADE IN TYPE C SOIL
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 14:1.
383
I
Pt. 1926, Subpt. P, App. 8 29 CFR Ch. XVII (7-1-04 Edition)
1
SIMPLE SLOPE
2. All excavations 20 feet or less In depth which have vertically sided lower portions shall
' be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 14:1.
... .
1
1
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be In accordance with the other options permitted In
' § 1926.652(b).
B -I.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
384
1
B OVER A.
tt
A /It
3/4
C OVER A
C OVERa
I
I
L
L
H
I
H
I
I
7
I
I
I.
I
I
I
I
Pt. 1926, Subpt. P, App. C
C,. rl.1 t1,.�, a.upcu cacavauons snail oo in accordance with the other options permitted in
§ 1926.652(b).
APPENDIX C TO SUBPART P OF PART
1926 -TIMBER SHORING FOR TRENCHES
(a) Scope. This appendix contains Inforrna-
tion that can be used timber shoring is pro-
vided as a method of protection from cave-
ins in trenches that do not exceed 20 feet (6.1
m) fn depth. This appendix must be used
when design of timber shoring protective
systems is to be performed in accordance
with § 1926.652(c)(l). Other timber shoring
configurations; ocher systems of support
such as hydraulic and pneumatic systems;
and other protective systems such as slop-
ing. benching. shielding, and freezing sys-
tems must be designed in accordance with
the requirements set forth in § 1926.652(b) and
§ 1926.652(c).
386
29 CFR Ch. XVII (7-1-04 Edition)
(b) Soil Classification. In order to use the
data presented in this appendix, the soil type
or types in which the excavation is made
must first be determined using the soil clas-
sification method set forth in appendix A of
subpart P of this part.
(c) Presentation of Information. Information
Is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables C-1.1. C-1.2, and C-1.3. and Ta-
bles C-2.1. C-2.2 and C-2.3 following para-
graph (g) of the appendix. Each table pre-
sents the minimum sizes of timber members
to use in a shoring system, and each table
contains data only for the particular soil
type in which the excavation or portion of
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
the excavation Is made. The data are ar- (B) When vertical loads imposed on cross
ranged to allow the user the flexibility to se- braces exceed a 240 -pound gravity load dis-
lect from among several acceptable configu- tributed on a one -foot section of the center
rations of members based on varying the of the crossbrace.
horizontal spacing of the crossbraces. Stable (C) When surcharge loads are present from
rock is exempt from shoring requirements equipment weighing in excess of 20,000
and therefore, no data are presented for this pounds.
condition. (D) When only the lower portion of a
(2) Information concerning the basis of the trench is shored and the remaining portion
tabular data and the limitations of the data of the trench is sloped or benched unless:
is presentee and in
ragraph Cd) of themselves, this appen- The sloped portion is sloped at an angle less
dix, steep than three horizontal to one vertical;
(3) Information explaining the use of the or the members are selected from the tables
tabular data is presented in paragraph (e) of for use at a depth which is determined from
this appendix. the top of the overall trench, and not from
(4) Information illustrating the use of the the toe of the sloped portion.
tabular data is presented in paragraph (t) of
(e) Use of Tables. The members of the shor-
this appendix.
(5) Miscellaneous notations regarding Ta- ing system that are to be selected using this
bles C-1.1 through C-1.3 and Tables C-2.1 information are the cross braces, the
through C-2.3 are presented in paragraph (g) uprights, and the wales, where wales are re -
of this Appendix. quired. Minimum sizes of members are speci-
(d) Basis and limitations of the data. —(1) Di- fied for use in different types of soil. There
mensions of timber members. (1) The sizes of the are six tables of information, two for each
timber members listed in Tables C-1.1 soil type. The soil type must first be deter -
through C-1.3 are taken from the National mined in accordance with the soil classifica-
Bureau of Standards (NBS) report, "Rec- tion system described in appendix A to sub-
ommended Technical Provisions for Con- part P of part 1926. Using the appropriate
struction Practice in Shoring and Sloping of table, the selection of the size and spacing of
Trenches and Excavations." In addition, the members is then made. The selection is
where NBS did not recommend specific sizes based on the depth and width of the trench
of members, member sizes are based on an where the members are to be installed and,
analysis of the sizes required for use by ex- in most instances, the selection is also based
lsting codes and on empirical practice. on the horizontal spacing of the-crossbraces.
(ii) The required dimensions of the mem- Instances where a choice of horizontal spac-
bers listed in Tables C-1.1 through C -l.3 refer ing of crossbracing is available, the hori-
to actual dimensions and not nominal di- zontal spacing of the crossbraces must be
mensions of the timber. Employers wanting chosen by the user before the size of any
to use nominal size shoring are directed to member can be determined. When the soil
Tables C-2.1 through C-2.3, or have this type, the width and depth of the trench, and
choice under § 1926.652(c)(3). and are referred the horizontal spacing of the crossbraces are
to The Corps of Engineers, The Bureau of known, the size and vertical spacing of the
Reclamation or data from other acceptable crossbraces, the size and vertical spacing of
sources.
(2) Limitation of application. (i) It is not In-
tended that the timber shoring specification
apply to every situation that may be experi-
enced in the field. These data were developed
to apply to the situations that are most
commonly experienced in current trenching
practice. Shoring systems for use in situa-
tions that are not covered by the data in this
appendix must be designed as specified in
§ 1926.652(c).
(ii) When any of the following conditions
are present, the members specified in the ta-
bles are not considered adequate. Either an
alternate timber shoring system must be de-
signed or another type of protective system
designed in accordance with § 1926.652.
(A) When loads imposed by structures or
by stored material adjacent to the trench
weigh in excess of the load imposed by a two -
foot soil surcharge. The term "adjacent" as
used here means the area within a horizontal
distance from the edge of the trench equal to
the depth of the trench.
the wales, and the size and horizontal spac-
ing of the uprights can be read from the ap-
propriate table.
(f) Examples to Illustrate the Use of Tables C-
1.1 through C-1.3.
(1) Example I.
A trench dug in Type A soil is 13 feet deep
and five feet wide.
From Table C -I.1, for acceptable arrange-
ments of timber can be used.
Arrangement #Bl
Space 4x4 crossbraces at six feet hori-
zontally and four feet vertically.
Wales are not required.
Space 3x8 uprights at six feet horizontally.
This arrangement is commonly called "skip
shoring."
Arrangement #B2
Space 4x6 crossbraces at eight feet hori-
zontally and four feet vertically.
Space 8x8 wales at four feet vertically.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J
I
I
I
I
I
[1
[1
[1
II
I
I
I
I
[I
Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-04 Edition)
Space 2x6 uprights at four feet hori-
Space 12x12 wales at five feet vertically.
zontally.
Position 2x6 uprights in a close sheeting
Arrangement dB3
configuration unless water pressure must be
resisted. Tight sheeting must be used where
Space 6x6 crossbraces at 10 feet hori-
water must be retained.
zontally and four feet vertically.
(4) Example 4.
Space 8x10 wales at four feet vertically.
A trench dug in Type C soil Is 20 feet deep
Space 2x6 uprights at five feet hori-
and 11 feet wide. The size and spacing of
zontally.
members for the section of trench that is
Arrangement #B4 -
over 15 feet in depth is determined using
Space 6x6 crossbraces at 12 feet hori.
Table C-1.3. Only one arrangement of mem-
bets is provided.
zontally and four feet vertically.
Space 8xI0 crossbraces at six feet hon.
Space 10xl0 wales at four feet vertically,
zontally and five feet vertically.
Spaces 3x8 uprights at six feet hori-
zontally.
Space 12x12 wales at five feet vertically.
(2) Example 2.
Use 3x6 tight sheeting.
Atrench dug in Type 6 soil In 13 feet deep
Use of Tables C-2.1 through C-2.3 would fol-
and five feet wide. From Table C-1.2 three
low the same procedures.
acceptable arrangements of members are
(g) Notes for all Tables.
listed.
1. Member sizes at spacin s other th
Arrangement #Bl
Space 6x6 crossbraces at six feet hori-
zontally and five feet vertically.
Space 8x8 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement #B2
Space 6x8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 10x18 wales at five feet vertically,
Space 26 uprights at two feet hori-
zontally.
Arrangement #83
Space 84 crossbraces at 10 feet hori-
zontally and five feet vertically.
Space 10x12 wales at five feet vertically.
Space 2x6 uprights at two feet vertically.
(3) Example 3.
A trench dug in Type C soil is 13 feet deep
and five feet wide.
From Table C-1.3 two acceptable arrange-
ments of members can be used.
Arrangement #Bl
Space 8x8 crossbraces at six feet hori-
zontally and five feet vertically.
Space 10x12 wales at five feet vertically.
Position 2x6 uprights as closely together as
possible.
If water must be retained use special
tongue and groove uprights to form tight
sheeting.
Arrangement #B2
Space 8x10 crossbraces at eight feet hori-
zontally and five feet vertically.
g an 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
P
-
1-
a
0)
W
L
£
W
t
U
O
N
W
K
Y
V-
W
N
m
V
£
-4-
-
N
.-1
6
£
N
•£
N.
Z
W
J
z
¢
H
N
U'
N
o
x
a
N
Z
¢
W
W
1-
d
W
•m
J
O
- H
N
-
X
£ U
C r W
I
W
a
--4
LJcC
J 6
N
0
m
N1-
O
O
O
O
a
O
O
O
O
Q'UW
l0
p]
N
IO
l
I'JI
OQL
IL
6
O -
y
6
O.�
6._
6
_ Gv
_O
_
=
_
=
__
N
I
H W V
0-0 Z W
W W W
O C W
• O
b
b
x
N O
M
X
M M
O
O
"'I. -
Co
Q
Q
Q
L O
41 V
N Y
N N
O
O
wn
n
IC
X
X
p
m
O
o T
L T
Y
ES
r
Q
Q
C
a L
'-4-I
Y O
"C
O
O
O L
i
m
'-C
m
n
v
c
a c a
s a
X
X
I—
'50
m
m
-C—
.- O
Q
m
m
as
X
X
m
CO
a
^ N
T L
m
m
o
O
Sc
X
m
m
Q E
WE
L 9
00
m
m
X
X
. =
m
m .-.
C y
00
-
v'
O
O
2
% c
6O6
W
£R
U,O O _ •"I- N
('II
ii
F
N
6
N
N
.CTXI
x
a J v
6 1q
O T
s
'0
N
L
N
x
x
N
N
N
cc
S' —
w O
SiW
Y
N
01
F
N
t a
♦ r U
O
O
00
y N
S
C)
^J
W
N
Ca
b V
N
aU
in
N
N
N
in
in
N
N
in
J
W6 W
L
u
>a W
u
W
u
U. N
b y
W
N
O-
OY
b b
Y a
I+1
l 3 ,-I2
W
O
.-
W
�N-.
-
-
.� J
v
U
N
.%p
N
O
t0
O
O
W
O
N
0>.
F
N
r
V
U
T
ni
LT
ti
I qq
coil
lr.
F
C
0
in
N
N
in
N
N
N
N
N
L
y W
Y L
LI
S
s
In
u m
b C
J
Ix
o
00Y
Q
I
F
'a
m
a0
cc
op
-O
-O
C u
in
in
F
U
J
...
.o
.x0
b
.%O
m
0x0
m
O
•� b
_
C
0
Y
V C
o
d
o
S
-. F F N
.C
¢•
cc
mC
a
cc
C
If)
W
N W ..
X
X
'C
X
x
X
'C
X
X
9 V
W L_
.V
r
.O
.C
CCl
c0
m
L ti
_
W
V
IA
J
m
IaM
P
LyI
O
O
7 V
QU
f-•
A.
oL % P
x
%
X
x
x
x
X
X
C Co
0
'
J
.O
.O
'0
V)
W
a
a
a
0
N F
b
N
0
O
O M
0
> V
O N
x
F
to
U W
.xi
v
.3..0
.0
e0
t0
J A
u 0
n
w
0 0
X
X
V
O
C
m
cc
y
G
JL
J
.D
IO
.O
.O
6'
.O
ID
00
Cu
W
N
F
4W
t'J� 0
0
0
0 0
0
..
o
d
LU FN
FOC
FO
F'a FC
F
~.O
F
W
_
aU W
V
Cl
O
�J0
0.C W
V W
C
V
- d
W
W
]: T.
A.'- - a
a.
d_
C
a a
6
u
N
017.'..1
n1.
NZ
O
J
'J
N
4
•{
NL
S
p. W W
4aJ 0
La
in
O
O'
O
in
in
0
0
00aL
F
N
N
..r
1..(N
>N
0
F
#
d
y
CO
<
u
W
M
1
J
N
W
0'
W
aJ
C
w
a
N
W
w
M
F
6
N
•
S
N
o
a
N
1
£
U
Z
Co
F
IX
COO
M
a
n
0
C,,
W
2
0.
W
FW
G.
Ca
w
a
o
H
rn
M O
w o
N
N
N
m
�
N
m
X1
6 3
O O
O
m w
O O
ow
Li,
v1
Y1
U,
J1
N
.C Y
M J
u
w w
w Y
d w
N Z
N
N
N
N
~ 7
N
%
ti
X
H
X
ti
X
—
X
n
y
m
O
N
O
N
X
N
a
C d
ti
.v
—
.Y
L
O O
U>'
Z
6 HH F
F E
Wa W
V1
Vl
N
N
N
Vl
ci
Y L
>o.'
u u
w
w m
C
F
O
O
O
O
O
a
tI,.,
p,
X
a N
=
m
m
O
m
O
O
.o a
H
0
O
O
d
m
m
w
c l v 0
m
m
W
m
Y
m
m
W
M O
ox
3 v
yS U O
Z F
O
O
O
d
m
w
m
m
m
dIn
,.. = m
w
0 w o
0
0
0Cl,-.
U m
X
k
x fL
X
%
PC
] E
m
m
m
m
m
pd
o
dE
3l; 0
O
O
O
v
cc
m%
ow
y
.O
CO
CO
cc
m
m
N
d Y
0Q
N Z F O
O
O
—o
O
..-0
—
O
N J
H
F
F
U W
C
CoF
O CI
m
m
d
d
.O
d
d
d
M N
0-c".
•+ dY
d
Y
o u
d
d
Y
d Y
W
Z. Z
W
a o
a
O.
d
O
d o
a d
o C U
O
d o
W
VI O
.2
i mZ
O
O
N
Z
Cn Z
0 m
m
Z
N Z
Vl
##
0E1
W 'L W
u1
O
O -
O.
O
N
O
O
y
.-
..H
...
—
.r
F
N
ca O
F v
O
mLI
.L
H
1_I
J
I
G
___
N
O
O
b
'D
'O %
J
J J
J
O
C"
N
M
W
N
N 4 LL
V
J
R J v
L m
� 6
.J J
'O
�O
X
X
.N.
X
x
G
V
V
J
V
E
N 4
r w
0.0
O
O
z m
4
X
X X
x
p]
U
p
p m
.n
N Y
C
•
—o
W
I -
u
. x
' O
9
C
ti Y
J
L'U 4
OC
OP
OP
4
Z�
Z41
V J Zo J
V
V J
ILI
w
4
>
J J
V
N
% Y
u
mJ w
4
T
O J
3 w n
'O
7
'O
^1 N
N
N/
U
✓
✓
O
O
'
`-
C
M
OC
OP
¢
¢
OC ¢
¢
r ¢
N
a J
F
N
ZJ
ZU
X
x
'<4 x
X
X X
m
O N
H-
C
C
a)
m
K .O
¢
X X
X
p
¢ V
¢ ¢
m
O
J: 0.
L d
Y
N
i N
V
i —
m T
' r-.
r
C
K U w
p
J
J
J
V
V V
J
V
a
Z
Q
J 6 LL
V
V J
V
Y t
N
N Y
p
m C
F
v
F
%
N
.o
U p
X
%
X
X X
C
' aD
m
.Cj y
J
J
.O
'O
'O .O
J
'0 V
'O b
'O
C W
¢
u
O
1 M
lc
N 'J
N
MO+
V
'0
b
b
J d
N
'0 J
9 O
G
w C
X
%
X
X
x X
X
x
J d
f0
"�
=
Is 6
V
V
J
'O
.O 'O
'O
X
X
b
L N
C 'O
'O
w
ti w
Y
U<
SI
I]
J
F
V
J
.o
J .O
V
�O
X
X
x
x
x x
X
.O
.O .O
.O
Y O
m
w G
V
V
4
V
J
J
X x
x
=
J
'0�O
.p
'OC
w
NI-.
O
1
N
+
7 q
—o
K
O
V
V
J
.O
J
'0
M Y
F N
U
.p
x
X
X
X
X X
'
.O
J .O
J
J O
J
V
J
J
J V
x
X
x
�
'0
.p .p
'ON
N
O 5
O
Y 6
3 O
O
. H
V
f
JC
.O
J 'O
.O
J
�0. J
x
x x
%
X x
' x
x 'C
x
'O
x
.O
M
J
J
V
J
V V
�p
�p .O
�O �
�
s.
r
W J
u
W
N O
N Z �'-. M
M
O
H
O
p O
O
O O
O
O o
'+'c+
F
H
H
F
F H
H
Z
C
w u LsJ
O
b
m
('1
J ¢
O
N Cm
O
O O
W
r
-
N W
a z
s H .LL. >
>
>
G
'.
a
>
>
5
of
U H
h
O
0
N,'E
O O
r
- ti
W O.
p
p W
.
H N
? N
H v
O
ZM�x
H
N1/
I.';
V
a 61
� 6
O
boo
O
a N
IX
V
d
w
x
�^
m 9
.,,.
m
6 O
U) 0yH..
lw
O J
H cD
O
W
T. V
C%n
M
in
v
v
V
V Y
A
r O
z F
x
W U
x
U
Li H
J
m
H
W
J N
4'
0.' U LI tI V�
VI
V1
N
N
Y1
N
.L
a
W
u u
U
p
m > CL
U
U
£
W N
m
m N
0u
W N
v
0]
N O
M
O
N
O
N
N
y
O
m m
0
FS W
V x X X
X
X
x
X
X
%
C
F P.
Z
m m
N
O
O
CO
W
.N�.
C'41
0
^
ti
U
F w
u E
O
N h
N
V1 N Vl
N
V1
V1
N
N
V1
Y
W 2oLa W
ut
• Q
> O.v
Z
N
m y
6
X
6
W
EO C
F
I
H 4
In .O 'O m
m
m
CO
m
m
C
V
CYr X X %
X
X
X
%
X
%
U
NV
v
.O .c .O
.o
m
eo
m
m
m
Ip
m
a
x Ii
a u
=
w
c
n v
10
W H
a.
L N
Gr X X X
x
%
X
%
X
X
' .O
b
m
m
.O
C
C
M +�
Zo C1
3 J
x O
F a
HO.
v
u a
c
w .o .o .o
.o
m
C
m
m
m
a
z 5 X X x
X
%
x
x
x
x
Lu
F d .o .o
.O
.O
m
m
Cm
N O
..]
Cl
r Y
O
OH
J O
F vl
C..O
.O .o .o
.O
C
Cc0
Cm
w X X x
x
x
x
x
%
%
alE E
Fm V V V
b
.D
.O
.O
.O
m
y
❑
Y E
o
3l
Y d
o m m .O
d
CD
m
m
m
m
a x x x
x
x
%
x
x
x
a - v
.O
.o
m
.J
w
m
r
y
"U
I.i Z rs F F F
HC¢l
.D m dwwiz
.00
b
m
p•
pE
O.
a.
y_
NO
y_
a.
y_
0°
W
CnZ
Vlt
N Z
In
x i[
•x
ST.-P�
OO
O
O
N
OF
0
r
...
F'
.-.
r
F
N
O
H
L
H
I1
I
I
I
I
I
I
H
I
J
J
I
I
Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-04 Edition)
APPENDIX D TO SUBPART P OF PART
1926 -ALUMINUM HYDRAULIC SHOR-
ING 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 roust he used when design of the alu-
minurn hydraulic protective system cannot
be performed in accordance with
§ 1926.652(c)(2).
(h) Soil Classification. In order to use data
presented in this appendix, the soil type or
types in which the excavation is made must.
I
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
first be determined using the soil classifica-
bles are not considered adequate. In this
tion method set forth in appendix A of sub-
case, an alternative aluminum hydraulic
part P of part 1926.
shoring system or other type of protective
(c) Presentation of Information. Information
system must be designed in accordance with
is presented in several forms as follows:
§ 1926.652.
(1) Information is presented in tabular
(A) When vertical loads imposed on cross
form in Tables D-1.1, D-1.2, D-1.3 and E-1.4.
braces exceed a 100 Pound gravity load dis-
Each table presents the maximum vertical
tributed on a one foot section of the center
and horizontal spacings that may be used
of the hydraulic cylinder.
with various aluminum member sizes and
(B) When surcharge loads are present from
various hydraulic cylinder sizes. Each table
equipment weighing in excess of 20,000
contains data only for the particular soil
pounds.
type in which the excavation or portion of
(C) When only the lower portion or a
the excavation is made. Tables D-1.1 and D-
trench is shored and the remaining portion
1.2 are for vertical shores in Types A and B
of the trench is sloped or benched unless:
soil. Tables D-1.3 and O1.4 are for horizontal
The sloped portion is sloped at an angle less
waler systems in Types B and C soil,
steep than three horizontal to one vertical;
(2) Information concerning the basis of the
or the members are selected from the tables
tabular data and the limitations of the data
for use at a depth which is determined from
Is presented in paragraph (d) of this appen-
the top of the overall trench, and not from
dix.
the toe of the sloped portion.
(3) Information explaining the use of the
(e) Use of Tables D -Li, D-1.2, D -fl and D -
tabular data is presented in paragraph (e) of
1.4. The members of the shoring system that
this appendix.
are to be selected using this information are
(4) Information Illustrating the use of the
the hydraulic cylinders, and either the
tabular data is presented in paragraph (1) of
vertical shores or the horizontal wales. When
this appendix.
a waler system is used the vertical timber
(5) Miscellaneous notations (footnotes) re-
sheeting to be used is also selected from
garding Table D-1.1 through D-1.4 are pre-
these tables. The Tables D-1.1 and D-1.2 for
sented in paragraph (g) of this appendix.
vertical shores are used in Type A and B
(6) Figures, illustrating typical installa-
soils that do not require sheeting. Type B
tions of hydraulic shoring, are included just
soils that may require sheeting, and Type C
prior to the Tables. The illustrations page is
soils that always require sheeting are found
entitled "Aluminum Hydraulic Shoring; Typ-
in the horizontal wale Tables D-1.3 and D-1.4.
ical Installations."
The soil type must first be determined In ac -
(d) Basis and limitations of the data.
cordance with the soil classification system
(1) Vertical shore rails and horizontal
described in appendix A to subpart P of part
wales are those that meet the Section Mod-
1926. Using the appropriate table, the selec-
ulus requirements in the D-1 Tables. Alu-
tion of the size and spacing of the members
minum material is 6061-T6 or material of
is made. The selection is based on the depth
equivalent strength and properties.
and width of the trench where the members
(2) Hydraulic cylinders specifications. (1) 2-
are to be installed. In these tables the
inch cylinders shall be a minimum 2 -inch in-
vertical spacing is held constant at four feet
side diameter with a minimum safe working
on center. The tables show the maximum
capacity of no less than 18,000 pounds axial
horizontal spacing of cylinders allowed for
compressive load at maximum extension,
each size of wale in the waler system tables,
Maximum extension Is to Include full range and in the vertical shore tables, the hydrau-
of cylinder extensions as recommended by lic
cylinder horizontal spacing is the same as
product manufaturer. the vertical shore spacing.
(ii) 3 -inch cylinders shall be a minimum 3-
(1) Example to Illustrate the Use of the Tables:
inch inside diameter with a safe working ca-
(1) Example 1:
pacity of not less than 30,000 pounds axial
A trench dug in Type A soil is 6 feet deep
compressive load at extensions as rec- and 3 feet wide. From Table D-1.1: Find
ommended by product manufacturer, vertical shores and 2 inch diameter cylinders
(3) Limitation of application. spaced 8 feet on center (o.c.) horizontally and
(1) It is not intended that the aluminum 4
feet on center (o.c.) vertically. (See Figures
hydraulic specification apply to every situa- I
& 3 for typical installations.)
tion that may be experienced in the field.
(2) Example 2:
These data were developed to apply to the
A trench is dug in Type B soil that does
situations that are most commonly experi- not require sheeting, 13 feet deep and 5 feet
enced in current trenching practice. Shoring wide.
From Table D-1.2: Find vertical shores
systems for use in situations that are not and
2 inch diameter cylinders spaced 6.5 feet
covered by the data in this appendix must be o.c.
horizontally and 4 feet o.c. vertically.
otherwise designed as specified in (See Figures 1 & 3 for typical installations.)
§ 1926.652(c).
(3) A trench is dug in Type B soil that does
(ii) When any of the following conditions not require sheeting, but does experience
are present, the members specified in the Ta- some minor raveling of the trench face. The
J
J
I
I
I
I
I
I
I
I
I
I
I
I
H
C
H
1
Pt. 1926, Subpt. P. App. D 29 CFR Ch. XVII (7-1-04 Edition)
' trench is 16 feet deep and 9 feet wide. From (2) 2 inch diameter cylinders, at this width.
Table D-1.2: Find vertical shores and 2 inch shall have structural steel tube
diameter cylinder (with special oversleeves (3.5x3.5x0.1875) oversleeves, or structural
as designated by footnote #BZ) spaced 5.5 feet oversleeves of manufacturer's specification,
' o.c. horizontally and 4 feet o.c. vertically, extending the full, collapsed length.
plywood (per footnote (g)(7) to the D-1 Table) (3) Hydraulic cylinders capacities, (1) 2
should be used behind the shores. (See Fig- inch cylinders shall be a minimum 2 -inch In-
ures 2 & 3 for typical installations.) side diameter with a safe working capacity
' (4) Example 4: A trench is dug in pre- of not less than 18.000 pounds axial compres-
viously disturbed Type B soil, with charac- sive load at maximum extension. Maximum
teristics of a Type C soil, and will require extension is to include full range of cylinder
sheeting. The trench is 18 feet deep and 12 extensions as recommended by product man -
feet wide. 8 foot horizontal spacing between ufacturer.
cylinders is desired for working space. From (it) 3 -Inch cylinders shall be a minimum 3 -
Table D-1.3: Find horizontal wale with a sec- inch inside diameter with a safe work ca ac.
tion modulus of 14.0 spaced at 4 feet o.c. ity of not less than 30.000 pounds axial corn -
vertically and 3 Inch diameter cylinder
' spaced at 9 feet maximum o.c. horizontally, imum ve load at maximum extension. aMax.
3x12 timber sheeting is required at close extension is to as recommendedlude full range of
y
spacing vertically. (See Figure 4 for typical cylinder loru by
installation.) product manufacturer.
(5) Example 5: A trench is dug in Type C (4) All spacing indicated is measured cen-
ter to center.
' soil, 9 feet deep and 4 feet wide. Horizontal
cylinder spacing In excess of 6 feet is desired (5) Vertical shoring rails shall have a min -
for working space. From Table D-1.4: Find imum section modulus of 0.40 inch.
horizontal wale with a section modulus of 7.0 (6) When vertical shores are used, there
and 2 inch diameter cylinders spaced at 6.5 must be a minimum of three shores spaced
' feet o.c. horizontally. Or. find horizontal equally, horizontally, in a group.
wale with a 14.0 section modulus and 3 inch (7) Plywood shall be 1.125 in, thick
diameter cylinder spaced at 10 feet o.c, hori- softwood or 0.75 inch. thick, 14 ply, arctic
zontally. Both wales arc spaced 4 feet o.c. white birch (Finland form). Please note that
'vertically. 3x12 timber sheeting is required plywood is not intended as a structural
at close spacing vertically. (See Figure 4 for member, but only for prevention of local ray -
typical installation.) eling (sloughing of the trench face) between
(g) Footnotes, and general notes. for Tables shores.
ID -!.J, D-1.2, D -l.3. and D-1.4. (8) See appendix C for timber specifica-
(1) For applications other than those listed tions.
in the tables, refer to §1926.652(c)(2) for use of (9) Wales are calculated for simple span
manufacturer's tabulated data. For trench conditions.
depths in excess of 20 feet, refer to (10) See appendix D. item (d), for basis and
' S 1926.652(c)(2) and §1926.652(c) (3). limitations of the data.
I
I
I
Li
' 396
1
•
ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
FIGURE NO. 1
VERTCAL ALUMMM FIGURE NO.2
L (SPOT RRNR
HYDRAULC SNOAM VERTCAL ALUYMLW
MCS GI HYDRAIAIC
Iwrtw PLVwoc01
HORIZONTAL SPACING. HORIZONTAL
SPACING
1
VERTICAL RA1
HYDRAULIC:
CYLINDER
18"
10^ MAX.
r
VERTICAL
SPACING
4 MAX.
Y`2' MAX.
FIGURE NO. 3
VERTCALALUMNUM
XVORAULC SaORNO
(STACKED)
C
LO
'a 1110 I
PO
I
VERTICAL
SPACING
4
MAX.
j
2' MAX.
VERTICAL RAIL I
HYDRAULIC CYLINDER IBR MAX.
r
VERTICAL
SPACING
A' MAX.
2' N
FIGURE NO. 4
ALUNIN4 HYORAMC JMORNO
HALER SYlTEM
ITYPCAU
HORIZONTAL SPACING
VERTICAL RAIL 2'
HYDRAULIC
CYLINDER
VERTICAL
SPACING
"WOOD
UPRIGHT
SHEETING
a
roi
-
w
z�
w�
O
A
o
W ^
U F
o°
F w
O O
E
u
3
•
_r
z
ry
CG
x
GO
O
U
c
w
w'
o
O.
O
~
a
F
>
o
U
��Wo
x
v
xUz F
>
A
-U w
C
c
O,
z
o
0O
In
In
w
°
'too
¢
c �. �.
,'SON
xK
R1
0• Qa
U f+
Ci
O-
G:
O G:
O
N-
Oz
>vH0
W�Fo
yNN
>OF"�
N
q w
O
O
O
5 O
a
>
O
wzz
•
CM
rs V en rn
O a�
50zCS
m
x
CM
q N
en
or o> z z z z z z
z _ - - - - - - -
t+ Q m m m m m m m m m
a b_
N (�
LU d'5 O 0 0 0 O O .n o o L4
Q N '° od 6 of `O O.
V1 > S i
W
0
U Z v _N 5 N N_ N_ N - a
NQNO
O m Np m m NO m m x n
x 7 Uo z ;C L
h m — 'o U K
�n 0 0 0 0 Q 0 op
iz Q
O Q F• F O y oo a: — .e od o vi �c o:
a x O
o
wpo s °
Q="'a I
z z z z z z z z z U
N N m N m m N m m
i fi O 'p
z C C d U
o
7 O a u o 0 0 0 0 0 i., o o {ai - a
a N �C odd viG P 1' y
xna — za c
• z a.
O� r o o mV. o o h o o -C? iri n o �+i G a•
'� .. — ^ _ v M
.— N V
r o o
cesn
- m l
„cd-KXE
Q Q u
— N
g O O q^ > q N W O y N a
p O J O 5 O > > •,
O
C N u L
8zz8
en
•I I I
S OZ
fn (n
N
z z z z z z z z z
•"' M M M M M M M M M
•a uc
N U
.w Z O h O O vi O Vi O O
w0< b b O V vi oo m h �G u
_z z
N v N N Y
o
zz�u z z�u z z zju z z ci
M NQ M M NO M M
x U z z Iz z z z o
L U 1 °° L a
OI o o I o In o o
b 'O 0 vi a0 en vi 'c
AQi�+F q F O zy '.
�aad T Q �a
z z z z z Z Z Z Z Q rr z n-1- - - - r-� - - - fA
F Q a c0 J a N N M Cl M M N M M
m w
a o -
O '11 O O of q vt O O W u_ e
1O< 't e 0 o vi CO en vi F'
y z A N
5
o o via o 11OO G
In
en Op_ v N �. .
ng m C
Fu W o o v U o
Ica. u, ula L1 c_
y++ h m x x ,.,
ynj y A
a ¢ Q v
U F a O W 0 a 0 000
Q p v v y
oS L
O O Q
re Is Aluminum Hydraulic Shoring
18" N
VERT
SPAC
4' MAX
RTICAL RAIL
DRAULIC CYLINDER
Figure 2. Pneumatic/hydraulic Shoring
0
c
0 ° g_L1
POOOO O O O
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F
APPENDIX F TO SUBPART P OF PART
1926 -SELECTION OF PROTECTIVE
SYSTEMS
The following figures are a graphic sum-
mary of the requirements contained in sub -
403
part P for excavations 20 feet or less in
depth. Protective systems for use in exca-
vations more than 20 feet in depth must be
designed by a registered professional engi-
neer in accordance with § 1926.652 (b) and (c).
I
n
I
I
I
I
H
H
I
I
H
H
I
H
I
H
I
Is the excavation more
than 5 feet in depth?
Is there potential Is the excavation
for cave-in? entirely in stable rock?
Excavation may be
made with
vertical sides.
Excavation must be
sloped, shored, or
shielded.
Sloping I Shoring or shielding
selected. selecred.
Co to Figure 2 I I Co to Figure 3
1 - PRELIMINARY DECIS
Sloping selected as the
method of protection
Will soil classification
be made in accordance
with j1926.652 (b)?
Excavation must comply with
one of the following three
options:
Option 1:
1926.652 (b)(2) which
requires Appendices A
and B to be followed
Option 2:
,1926.652 (b)(3) which
requires other tabulated
data (see definition) to
be followed.
Option 3:
.51926.652 (b)(4) which
requires the excavation
to be designed by a
registered professional
engineer.
Excavations must comply
withJ1926.652 (b)(1) which
requires a slope of 14H:1V
(340).
FIGURE 2 - SLOPING OPTIONS
Shoring or shielding selected
as the method of protection.
Soil classification is required
when shoring or shielding is
used. The excavation must comply
with one of the following four
options:
Option I
51926.652 (c)(1) which requires
Appendices A and C to be followed
(e.g. timber shoring).
Option 2
S1926.652 (c)(2) which requires
manufacturers data to be followed
(e.g. hydraulic shoring,trench
jacks, air shores, shields).
Option 3
$1926.652 (c)(3) which requires
tabulated data (see definition)
to be followed (e.g. any system
as per the tabulated data).
Option 4
31926.652 (c)(4) which requires
the excavation to be designed
by a registered professional
engineer (e.g. any designed
system).
FIGURE 3 - SHORING AND SHIELDING
I
1]
I
I
I
I
As Amended by Act:
'
142 of 1967
293 of 1969
' 546 of 1971
684 of 1977
1020 of 1979
9275 of 1981
180 of 1985
495 of 1987
' 26 of 1989
795 of 1989
856 of 1993
' 553 of 1995
335 of 1997
378 of 1997
43 of 1999
1358 of 1999
Arkansas State
Licensing Law
For Contractors
Act 150 of 1965
I
I
I
Revised June, 1999
An Act to Reoodify the Provisions of Act 124, Approved
Febnury 24, 1939, and Act 217, Approved March 20, 194$;
and Act 153, Approved Febnary 23, 1951 and regulating the
Practice of Contracting in the State of Arkansas; to Fix
Maximum Salaries and Establish Qualifications for Employees
of the Board and to Limit the Number of Employees to be
employed by the Board.
BE IT ENACTED BY THE
GENERAL ASSEMBLY OF
THE STATE OF ARKANSAS:
CHAPTER 25 . .
CONTRACTORS"
Subchapter 1 - General Provisions
§17-25-101 Definition
(a) As used in this chapter, unless the context otherwise
requires, contrac*or' means any person, firm, partnership,
copartnership, association, corporation, or other organization,
or any combination thereof, who, for a fixed price, commission,
foe, or wage, attempts to or submits a bid to construct, or
contracts or undertakes to construct, or assumes charge, in a
-1-
supervisory capacity or otherwise, or manages the construction.
erectionalteration, or repair. or has or have constructed
erected, altered or repaired under his, their, or its direction.
any building. apartment. condominium. highway. sewer, utility,
grading. or an' other improvement or structure on public or
private property for lease, rent. resale. public access. or similar
purpose, except single-family residences, when the cost of the
work to be done. or done, in the State of Arkansas by the
contractor including, but not limited to, labor and materials, is
twenty thousand dollars ($20.000) or more. However, when a
person or entity acts as a contractor in the construction.
erection, alteration, or repair of his own or its own property.
such action shall not result in the person or entity being
required to obtain a license, but the person or entity must
comply with all other provisions of this subchapter.
(b) However, the twenty thousand dollar ($20,000)
exception shall not apply to any project of construction in which
any of the construction work necessary to complete the project.
except any in -progress change orders, is divided into separate
contracts of amounts less than twenty thousand dollars
($20.000), a purpose being to circumvent the provisions of this
chapter.
(c) It is the intention of this definition to include all
improvements or structures, excepting only single family
residences.
(d) Materials purchased by a prime contractor from a
third party shall not be considered as part of the subcontractors
project, if the prime contractor has the proper classification
listed on a current contractor's license for the work being
performed by the subcontractor. Materials purchased by a
person or entity acting as a contractor in the construction,
erection, alteration, or repair of his own or its own property
from a third party shall not be considered as a part of the
subcontractors project provided the subcontract is for wood
framing, shingle roofing, painting, floor covering, or concrete
labor.
§17-25-102 Exemptions
The following shall be exempted from the provisions of
this chapter:
(1) The practice of contracting as defined in §17-25-101
by an authorized representative or representatives of the United
States Government, State of Arkansas, incorporated town, city
or county, or other political subdivision of this state;
(2) Architects and engineers, whose only financial
interest in a project shall be the architectural or engineering
fees for preparing plans, specifications, surveys, and
-2-
supervision that is customarily furnished by architects art'
engineers.
§17-25-103 Penalties - Enforcement '
(a) Any contractor shall be deemed guilty of
misdemeanor and shall be liable to a fine of not less than on
hundred dollars ($100) nor more than two hundred doll
($200) for each offense, with each day, to constitute a separate
offense. who:
(1) For a fixed price, commission, fee, or wage,'
attempts to or submits a bid or bids to construct or contracts to
construct, or undertakes to construct, or assumes charge in a
supervisory capacity or otherwise, or manages the construction,'
erection, alteration, or repair of, or has constructed, erected,
altered, or repaired, under his or its direction, any building,
apartment condominium, highway, sewer, utility, grading, or
any other improvement or structure, when the cost of the work
to be done or done in the State of Arkansas by the contractor
including, but not limited to, labor and materials, is twenty
thousand dollars ($20,000) or more, without first having
procured a license with the proper classification to engage in
the business of contracting in this state;
(2) Shall present or file the license certificate of,
another;
(3) Shall give false or forged evidence of any kind to
the board, or any member thereof, in obtaining a certificate of
license;
(4) Shall impersonate another; or '
(5) Shall use an expired or revoked certificate of
license.
(b) The doing of any act or thing herein prohibited by any
applicant or licensee shall, in the discretion of the board,
constitute sufficient grounds to refuse a license. to an applicant
or to revoke the license of a licensee. '
(c) Regarding any violation of this chapter, the board
shall have the power to issue subpoenas and bring before the
board as a witness any person in the state and may require the
witness to bring with him any book, writing, or other thing
under his control which he is bound by law to produce in
evidence.
(d) No action maybe brought either at law or in equity to
enforce any provision of any contract entered into in violation
of this chapter. No action may be brought either at law or in
equity for quantum meruit by any contractor in violation of this
chapter.
-3-
I
L_'
Li
I
I
I
I
[_J
H
I
I
I
1
I
I
I
(e) (1) (A) Any contractor who, after notice and
hearing, is found by the Contractors Licensing Board to have
violated, or used a contractor in violation of, this chapter shall
pay to the board a civil penalty of not less than one hundred
dollars ($100) nor more than four hundred dollars ($400) per
day for the activity. However, the penalty shall not exceed
three percent (3%) of the total project being performed by the
contractor.
(B) The penalty provided for in this chapter,
plus interest at ten percent (10%) per annum, shall be paid to
the Contractors Licensing Board before the contractor can be
issued a license to engage in the business of contracting in this
state. In addition to the assessment of the penalty, the
Contractors Licensing Board may, upon a finding of a violation
of this chapter, issue an order of abatement directing the
contractor to cease all actions constituting a violation of this
chapter.
(2) The Contractors Licensing Board shall have the
power to withhold approval, for up to six (6) months, of any
application from any person who, prior to approval of the
application, has been found in violation of this chapter.
(3) All hearings and appeals therefrom under this
chapter shall be pursuant to the provisions of the
Administrative Procedure Act, as amended, §25-15-201 et seq.
(4) No proceedings under this chapter may be
commenced by the Contractors licensing Board after three (3)
years from the date on which the act or omission which is the
basis for the proceeding occurred.
(5) The Contractors Licensing Board shall have the
power to file suit in the Circuit Court of Pulaski County to
obtain a judgment for the amount of any penalty not paid within
thirty (30) days of service on the contractor of the order
assessing the penalty, unless the circuit court enters a stay
pursuant to the provisions of the chapter.
(6) The Contractors Licensing Board shall have the
power to file suit in the Circuit Court of Pulaski County to
enforce any order of abatement not complied with within fifteen
(15) days, excluding Saturdays. Sundays, and legal holidays, of
service on the contractor of the order of abatement If the
circuit nut finds the order of abatement to have been properly
issued, it may enforce the order by any means by which
injunctions are ordinarily enforced. However, nothing shall be
construed herein to diminish the contractor's right to appeal and
obtain a stay pursuant to the procedures provided for in this
chapter.
-4-
§17-25-104 Injunction
When any
contractor not
licensed
by this board shall
engage or attempt
to engage in
the business of contracting as
herein defined,
the board shall
have the
right to go into the
proper court in
the jurisdiction
in which the work is being
performed and
upon affidavit,
secure a
writ of injunction,
without bond, restraining and prohibiting
the contractor from
performance of
the work then being
done or about to
commence.
§17-25-105 Form of Indictment
In all prosecutions for violations of the provisions of this
chapter for engaging in the business of contracting without a
certificate of authority, it shall be sufficient to allege in the
indictment, affidavit, or complaint that " 'A' unlawfully
engaged in business as a contractor, without authority from the
Contractors Licensing Board, State of Arkansas, to do so."
§17-25-106 Grain Bin Exemption
The provisions of this section shall not apply to the
construction of grain bins on a farm which are to be used solely
for the purpose of storing grain harvested by the owner or
lessee of the faun.
Subchapter 2- Contractors Licensing Board
§17-25-201 Creation - Members
(a) There is seated a Contractors Licensing Board,
consisting of seven (7) members, who shall be appointed by the
Governor.
(b) Each member shall be at least thirty-five (35) years of
age and must have been a resident of the State of Arkansas for
the previous five (5) years.
(1) (A) Five (5) members shall be contractors of not
less than ten (10) years' experience in responsible charge of
construction projects of a magnitude consistent with•the duties
of their offices. Each must hold an unexpired contractors
license issued under this chapter. Each must, at the time of
appointment, maintain his or her principal place of business in
Arkansas.
(B) At least one (1) member of the board shall
have had as a larger part of his business the construction of
sewers and waterworks.
(C) At least one (1) member of the board shall
have had as a larger part of his business the construction of
buildings.
-5-
(D) At least one (1) member of the board shall
have had as a larger part of his business the construction of
highways.
(2) Two (2) members of the board shall not be
actively engaged in or retired from the profession of
contracting. One (1) shall represent consumers, and one (1)
shall be sixty (60) years of age or older and shall represent the
elderly. Both shall be appointed from the state at large subject
to confirmation by the Senate. The two (2) positions may not
be held by the same person. Both shall be full voting members
but shall not participate in the grading of examinations.
(c) (1) Members shall serve five-year terms.
(2) Terms shall expire on December 31 of the fifth
Year.
(3) Each member shall hold over after the expiration
of his tern until his successor shall be duly appointed and
qualified.
(4) Ira vacancy shall occur in the board for any
cause, it shall be filled by appointment by the Governor.
(5) The Governor may remove any member of the
board at any time for misconduct, incompetency, or neglect of
duty.
(d) Each member of the board shall receive a certificate
of appointment from the Governor and, before entering upon
the discharge of the duties of his office, shall file with the
Secretary of State the constitutional oath of office.
(e) (1) Each member of the board shall receive fifty
dollars ($50.00) per diem while the board is in session and
reimbursement for necessary traveling expenses, board, and
lodging.
(2) Each member of the board shall receive fifty
dollars ($50.00) per diem in addition to the per diem provided
for in subdivision (1) of this subsection.
§17-25-202 Organization and Functions
(a) The board shall elect a chairman, vice-chairman, and
secretary, each to serve in his respective capacity for one (1)
year. Officers shall be elected by the board annually.
(b) The board shall have two (2) regular meetings in each
year; one (1) meeting shall be in the month of February, and
one (1) meeting shall be in the month of August, for the
purpose of transacting such business as may properly come
before it, on call of the chairman of the board.
u
(c) Special or adjourned meetings may be held at $u,
times as the board may provide by the bylaws which it shall
adopt, or at such times as the board may, by reasona
resolution, provide.
(d) Due notice of each meeting and the time and place
thereof shall be given to each member in such manner as t�
bylaws shall provide.
(e) Three (3) members of the board shall constitute a
quorum. ,
(f) The board shall adopt a seal for its own use and shall
have on it the words, "Contractors Licensing Board, State
Arkansas, Seal," and the secretary shall have charge an
custody of it.
§17-25-203 Powers
(a) The board shall have power to make such bylaws,,
rules, and regulations for its operation as it shall consider
appropriate, provided that they are not in conflict with the lawl
of the State of Arkansas.
(b) All expenses incurred by the board for the
administration of this chapter are authorized to be paid by th
board.
(c) The board, or any committee thereof, shall be entitled
to the services of the Attorney General or other state legal
counsel as deemed appropriate, in connection with the
operation of the affairs of the board. Additional legal counsel
may be employed by the board from time to time as it may,
deem necessary.
§17-25-204 Employees
The board shall employ a chief administrative employee,
also known as administrator, who shall possess such
qualifications as may be determined by the board and'who shall
serve at the pleasure of the board. In addition, tltk'board may
employ such additional professional and clerical employees as
may be necessary for the operation of the board and its various
functions and pay salaries thereto as may be authorized by law.
§17-25-205 Disposition of Funds
The fees of the Contractors Licensing Board shall be
deposited in banks to be used by the board in the manner,
prescribed by law, similar to the accounts of other examining
and licensing boards of the state, and shall be audited under
rules and regulations prescribed by the Director of the
Department of Finance and Administration.
-7-
LI
I
I
1]
H
I
I
I
Ti
I
I
I
I
I
§17-25-206 Records mad Reports
(a) The secretary shall keep a record of the proceedings
of the board.
(b) The secretary shall keep a register of all applications
for license showing for each:
(1) the date of application, name, qualification,
place of business, place of residence;
(2) Whether the license was granted or refused;
(3) A complete transcript of the proceedings,
including evidence submitted by applicants, licensees, the
board, or otherwise, at any hearing.
(c) The books and register of this board, including
transcripts of proceedings, shall be prima facie evidence of all
matters recorded therein. A certified copy of such books or
register. including transcripts of proceedings, under the seal of
the board and attested by its secretary, shall be received in
evidence in all courts of the state in lieu of the original.
(d) A roster showing the names and places of business
and of residence of all licensed contractors shall be prepared by
the secretary of the board annually.
(e) On or before August I of each year, the board shall
submit to the Governor a report of its transactions for the
preceding year and shall file with the Secretary of State a copy
of the report, together with a complete statement of receipts
and expenditures of the board attested by the affidavit of the
chairman and secretary and a copy of the roster of licensed
contractors.
(1) A record shall be made and preserved by the board of
each examination of applicant or licensee. The findings of the
board thereon and a certified copy of the record shall be
furnished to any applicant or licensee desiring to appeal from
the findings of the board, as provided in §17-25-312, upon
payment of the costs of transcribing the record.
Subchapter 3 - Licensing
§17-25-301 Significance - Proof
(a) The issuance of a certificate of license by the board
shall be evidence that the person. firm, or corporation named
therein is entitled to all of the rights and privileges of a
licensed contractor while the license remains unrevoked or
unexpired.
(b) (1) Upon making application to the building
M
inspector or other authority of any incorporated city or town in
Arkansas charged with the duty of issuing building or other
permits for the construction of any building, apartment,
condominium, utility, highway, sewer. grading or any other
improvement or structure, when the cost of the work to be done
by the contractor, but not limited to labor and materials, is
twenty thousand dollars ($20,000) or more, any person, firm, or
corporation, before being entitled to the issuance of such
permits, furnish satisfactory proof to the inspector or authority
that he is duly licensed under the terms of this chapter.
(2) It shall be unlawful for the building inspector or
other authority to issue or allow the issuance of a building
permit unless and until the applicant has furnished evidence
that he is either exempt from the provisions of this chapter or is
duly licensed under this chapter to carry out or superintend the
work for which the permit has been applied.
§17-25-302 Limitations
The board shall have power to limit the license by proper
classification to the character of work for which the applicant is
qualified.
§17-25-303 Application - Renewal - Fees
(a) (1)
Any person
desiring
to
be
licensed
as a
contractor in
this state shall
make and
file
with
the board
thirty
(30) days prior to any regular or special meeting thereof, a
written application on a form as may then be prescribed by the
board, for examination by the board. The application shall be
accompanied by payment in a sum to be determined by the
board but not to exceed one hundred dollars (SI00) to the
Contractors Licensing Board. State of Arkansas.
(2) The thirty (30) day requirement may be waived
by the Contractors Licensing Board provided the contractor has
on file with the Contractors Licensing Board a completed
original application and proof of successfully completing any
examination required.
(b) Thereafter an annual renewal license fee to be
determined by the board but not to exceed one hundred dollars
($100) shall be paid by each licensee to defray the costs and
expenses of the administration of this chapter.
§17-25-304 Financial Statement
(a) (1) All persons and entities required by this chapter
to be licensed by the Contractors Licensing Board shall
transmit to the board with their original applications an audited
financial statement of the applicant audited by a certified public
accountant or registered public accountant.
-9-
I
(2) All persons and entities licensed by the
Contractors Licensing Board shall transmit to the board
withrenewal applications a financial statement of the applicant
reviewed by a certified public accountant or registered public
accountant according to American Institute of Certified Public
Accountants' Professional Standards.
(b) The financial statement so famished shall not be
public information and may not be made available for
inspection by any person, unless pursuant to an order of a court
of competent jurisdiction. After the contractor is licensed, the
Contractors Licensing Board shall have the option of destroying
the financial statement by the process of shredding or returning
the financial statement to the contractor.
§17-25-305 Applicant Qualifications
(a) The board, in determining the qualifications of any
applicant for original license or any renewal license, shall,
among other things, consider the following:
(1) Experience;
(2) Ability;
(3) Character,
(4) The manner of performance of previous
contracts;
(5) Financial condition;
(6) Equipment;
(7) Any other fact tending to show ability and
willingness to conserve the public health and
safety, and
(8) Default in complying with the provisions of this
chapter or any other law of the state.
(b) The board may develop reciprocal agreements with
other states with similar licensing responsibilities.
§17-25-306 Examinations - Certification
(a) If an application complies with the board's rules and
regulations, then the applicant shall be entitled to an
examination to determine the applicant's qualifications.
(b) If the result of the examination of any applicant shall
be satisfactory to the board, then the board shall issue to the
applicant a certificate to engage in contracting in the State of
Arkansas.
(c) Anyone failing to pass the . examination may be
reexamined at any regular meeting of the board upon payment
of the regular fee.
-10-
§17-25-307 Expiration
All certificates of license to engage in the business of
contracting in the State of Arkansas shall expire at 12:00
midnight on the day before the anniversary date of their
issuance unless otherwise designated by the board, and they
shall become invalid on that day unless renewed.
§17-25-308 Grounds for Revocation
The board shall have the power to revoke the certificate of
license of any contractor licensed under this chapter who is
found guilty of any fraud or deceit in obtaining a license or for
aiding or abetting any contractor or person to violate the
provisions of this chapter or for gross negligence,
incompetence, or misconduct in the conduct of the contractors
business.
§17-25-309 Procedure for I
Revocation - Reissuance
(a) Any person may prefer charges in connection with the
foregoing against any contractor licensed under this chapter.
(b) The charges shall be in writing and sworn to by the
complainant and mailed to the board and, unless. dismissed
without hearing by the board as unfounded or trivial, shall be
heard and determined by the board.
(c) A time and place for the hearing shall be fixed by the
board and held in the City of Little Rock
(d) A copy of the charges, together with the notice of the
time and place of hearing, shall be considered as legally served
by the board when sent to the last known address of the
accused by certified mail, at least ten (10) days before the date
fixed for the hearing. In the event that such service cannot be
effected ten (10) days before the hearing, then the date of
hearing and determination shall be postponed as may be
necessary to permit the carrying out of this condition.
(e) At the hearing the accused contractor shall have the
right to appear personally and by counsel and tp cross-examine
witnesses and to submit evidence in the contractors behalf and
defense.
(f) If after the hearing the board finds the facts as alleged
and of such character as to disqualify the contractor, then the
board shall revoke the license of the contractor, but in that
event no refund shall be made of the license fee.
(g) Within its discretion and upon proper application or
hearing, the board may reissue a license to any contractor
whose license has been revoked.
-11-
fl
I
I
[1
I
I
I
I
I
I
H
H
I
H
I
I
I
I
L1
LI
§17-25-310 Replacement
A certificate of license to replace any lost, destroyed, or
mutilated certificate may be issued subject to the rules and
regulations of the board.
§17-25-311 Corporations and Partnerships
Unlawful Acts
(a) A corporation or partnership may engage in the
business of contracting when licensed by the board_
(b) It shall be unlawful and a violation of this chapter for
any two (2) or more contractors, whether doing business as
individuals, partnerships, corporations, or other organimtions,
to jointly submit a bid or enter into a contract for construction
as a joint venture unless all parties to the joint venture are
licensed pursuant to this chapter.
(c) Any combination of contractors other than a joint
venture shall obtain a license for the combination prior to
submitting a bid.
§17-25-312 Review
Any party aggrieved by any decision of this board shall
have the right to sock review thereof pursuant to the provisions
of the Administrative Procedure Act, as amended, §25-15-201
et seq.
§17-25-313 License Requirements to
Accompany Invitation to Bid
All architects and engineers preparing plans and
specifications for work to be contracted in the State of Arkansas
shall include in their invitation to bidders and in their
specifications a copy of this dmpter, or such portions thereof,
as are darned necessary to convey to the invited bidder,
whether he is a resident of this state or not, the information that
it will be necessary for him to have a certificate of license with
the proper classification from this board before his bid is
submitted.
§17-25-314 [Repealed)
§17-25-315 Rules and Regulations- Federally Funded
Projects - Contractor Qualifications
(a) The board shall have the power to promulgate rules
and regulations for the efficient enforcement of this chapter and
shall also have the power to assign the right or give permission
to any state agency, board, or commission to determine
-12-
qualifications of a contractor solely for the purpose of
submitting a bid to the state agency, board, or commission on
projects involving federal aid funds prior to the contractor being
licensed by the board. No state agency, board, or commission
shall execute any construction contract involving federal aid
funds unless and until the successful bidder for the project
furnishes a certificate of license issued by the board.
(b) The board shall have the power to provide by
regulation for any political subdivision or other politicaJ
corporation to accept bids from unlicensed contractors for
projects involving federal funds. However, no contractor shall
submit a bid under this section prior to submitting application
for licensure, and no political subdivision or political
corporation shall execute any construction contract unless and
until the successful bidder for the project furnishes an
appropriate license issued by the board.
-13-
I
I
I
I
I
I
I
I
H
[]
I
I
[]
[]
H
[]
ARKANSAS STATE
CONTRACTORS
BOND LAW
ACT 162 OF 1987
As Amended by:
Act 487 of 1989
Act 783 of 1991
Act 37 of 1992
Act 450 of 1999
Revised June, 1999
Subchapter 4- Contractors Bond
§17-25-401
Definitions
(a) (1) 'Contractor' shall include all
original, prime and general contractors and
all subcontractors. It is defined to be any
person, firm, joint venture, partnership,
copartnership, association, corporation, or
other organization engaged in the business of
the construction, alteration, dismantling,
demolition, or repairing of roads, bridges,
viaducts, sewers, water and gas mains,
streets, disposal plants, water filters, tanks,
towers, airports, buildings, dams, levees,
canals, railways and rail facilities, oil and gas
wells, water wells, pipelines, refineries,
industrial or processing plants, chemical
plants, power plants, electric, telephone, or
any other type of energy or message
transmission lines or equipment, or any other
kind of improvement or structure.
(2) The term 'contractor' shall include
any contractor who is required to obtain a
contractor's license under the state licensing
law ofthis State, §17-25-101 et seq.
(b) However, when a person or entity
acts as a contractor in the construction,..
erection, alteration, or repair of his own or
its own property of of a single-farnily
residence or if the cost of the work to be
done, including, but not limited to, labor and
materials, is less than twenty thousand
dollars ($20,000), the person or entity shall
not be deemed a contractor under this
chapter.
-1-
I
I
§17-25-402
Expenses - Deposition of Funds
(a) All expenses incurred by the board
for the administration of this subchapter are
authorized to be paid by the board.
(b) All taxes, premiums, contributions,
penalties, interest, and fines collected
pursuant to this subchapter, except
enforcement penalties, shall be distributed
pro -rata, based upon the amount of taxes,
premiums and contributions due to the
Department of Finance and Administration,
Employment Security Division, Workers'
Compensation Commission, or any city,
county or school district, or any other State
agency or other political subdivision of the
State, first to the extent of any taxes,
premiums, and contributions due with any
remainder applied to interest, penalties, and
fines, in that order. All enforcement
penalties assessed to a contractor pursuant to
the provisions of this subchapter shall be
paid directly to the Contractors Licensing
Board to defer the cost of enforcement.
(c) The board may employ such
additional professional and clerical
employees as may be necessary and pay
salaries thereto as authorized by law.
§17-25-403
Liability of Customer
In the event the contractor fails to honor
its financial obligations to the State of
Arkansas, any city, county, school district,
State agency, or other political sub -division
-2-
of the State, the customer for whom the
work was being performed shall be
responsible for all financial obligations o e
contractor to the State of Arkansas, or y
city, county, school district, State agencor
other political subdivision of the State, on
that customer's project provided that e
customer receives written notice of e
contractors failure to comply with t
subchapter prior to final payment to e
contractor. The written notice must incise
the maximum amount of any and all financial
obligations the contractor may potenti
owe to the State of Arkansas, or any c
county, school district, state agency, or other
political subdivision of the state, arising f r
that customer's project.
§17-25-404 '
Bond - Filing, Terms
(a) Before commencing work
undertaking to perform any services
duties in the State, a contractor shall file wi
the Contractors Licensing Board as tt
depository agency, a surety bond of a sure
authorized to do business in this State or
cash bond. The bond shall be a condition
licensure and a contractors licenseshall no
be released until the bond has been properl�
filed.
(b) The bond shall be:
(1) In a penal sum of Ten Thousani
Dollars ($10,000.00);
(2) Payable to the State of Arkansas;
(3) Conditioned on the contractor
complying with the tax laws of the State of
Arkansas, and when applicable, any city
county, school district, State agency, or
-3- 1
H
I
It
F I
[I
I
I
I
I
1'
! §17-25-407 I
' (Repealed)
other political subdivision of the State, the
Arkansas Employment Security Act 11-10-
101 et seq., the Workers' Compensation Law
11-9-101 et seq., and the provisions of this
subchapter.
§17-25-405
(Repealed)
§17-25-406
Notice of Bond Cancellation
(a) Notice of bond cancellation shall be
given to the Contractors Licensing Board in
writing sixty (60) days prior to cancellation.
The Contractors Licensing Board shall notify
the Department of Finance and
Administration, the Employment Security
Division, and the Workers' Compensation
Commission of the notice of cancellation. It
shall be the responsibility of each
governmental agency to make any claims
against the bond in accordance with State
law for collection of any taxes, premiums,
contributions, penalties, interest, or fines
within the statute of limitations of the
appropriate State law.
(b) A contractors license that has
become invalid due to bond cancellation may
be reinstated upon receipt of proper
replacement bond.
I'I
: 1
I
-4-
§17-25-408
Failure to Comply
Penalties - Enforcement
(a) The fact that a contractor is
performing or has performed work in
Arkansas and compliance as required by this
subchapter has not been met shall constitute
prima facie evidence of failure to comply.
(b) Upon notice to the contractor and a
hearing thereon is requested by the
contractor or if deemed appropriate by the
board or any committee thereof, should it be
determined that a violation exists, the board
or committee may assess a penalty for
noncompliance in a sum not to exceed five
percent (5%) of the value of the contract
performed, and upon a finding of a second or
subsequent violation, the contractor may be
assessed a penalty equal to ten percent
(10%) of the value of the contract
performed. Further, any contractor found in
violation for a second or subsequent
violation of this subchapter may lose its
contractors license for a period of one (1)
year. The board or committee may also
issue an order to cease and desist the work
pending compliance.
(c) Failure of a contractor to comply
with the provisions of this subchapter shall
be grounds for revocation of any license
issued to the contractor by the Contractors
Licensing Board.
(d) Enforcement of the bond filing
requirements contained herein shall be the
responsibility of the Contractors Licensing
Board.
-5-
I
(e) The board shall have the power to
make such rules and regulations for
enforcement as it may consider appropriate
and not in conflict with Arkansas law.
§17-25-409
Proceedings upon Violation
(a) Regarding any violation of this
subchapter, the board shall have the power
to issue subpoenas and bring before the
board as a witness any person in the State
and may require the witness to bring with
him any book, writing, or other thing under
his control which he is bound by law to
produce in evidence.
(b) No proceedings under this section
may be commenced by the Contractors
Licensing Board after three (3) years from
the date on which the act or omission which
is the basis for the proceeding occurred.
(c) The Contractors Licensing Board
shall have the power to 'file suit in the Circuit
Court of Pulaski County to enforce any
cease and desist order not. complied with
within fifteen (15) days, excluding. Saturdays,
Sundays, and legal holidays, of service on the
contractor of the order. If the Circuit Court
finds the order to have been properly issued,
it may enforce it by any means by which
injunctions are ordinarily enforced.
However, nothing shall be construed herein
to diminish the contractor's right to appeal.
(d) All hearings and appeals therefrom
under this section shall be pursuant to the —
provisions •and the Administrative Procedure
Act, as amended, §25-15-201 et seq.
-6-
I
1
1
1
City of Fayetteville Landscape Manual
•
Chapter 5:
Tree Protection During Construction
I
99
City of Fayetteville Landscape Manual I
General Information
(Excerpt from "How Construction Effects Trees" by Kim J. Hesse, published 3/17/99 in
the Northwest Arkansas Times)
"On most construction sites, existing trees are not protected and are vulnerable to the
increased activity and use of equipment. Injury to the bark is very common when
vehicles and equipment are present within the limits of the tree's canopy. But more
commonly, the process of grading and trenching result in the greatest destruction to
your trees. If you are considering terracing your yard, adding berms to create interest,
or simply installing an underground irrigation system, be aware of the effects during
construction.
When grading a site the existing vegetation and topsoil is usually stripped removing
valuable nutrients and moisture that the roots depend on. Adding fill during the grading
process will almost always smother tree roots in the soil below. Trucking or bulldozing
in extra soil results in incidental soil compaction. Vehicles, construction equipment,
stored supplies, and even foot traffic all cause soil compaction which cuts off oxygen
the tree needs to absorb nutrients and can lead to the death of a tree.
Trenching to install utilities or irrigation lines involves digging from the surface down to
a prescribed depth, usually 2 feet or more below the surface of the soil. Since the
majority of tree roots are concentrated in the top 3 feet of soil, trenching within the root
zone of the tree inevitably severs roots. The closer the pass to the trunk of the tree, the
greater the percentage of roots effected. Remember, a tree only grows between 4 and
11 major roots. The damage is further magnified by trenching equipment that rip and
crush roots leaving large, traumatic wounds that are difficult to heal, and offer gapping
points of entry for insects and disease.
A combination of mistakes during construction can compound the stress to the tree.
Assume that a couple of major roots are destroyed during trenching and a portion of
absorption roots are crushed when a vehicle is allowed to pass within the dripline of the
tree. The tree has the same amount of crown to feed with possibly 25% less roots
needed to absorb moisture and nutrients. As a result, a portion of the crown declines
which means less photosynthesis can occur further weakening the tree.
With most construction activity being a detriment to existing vegetation, it is best to stay
away from the existing trees or shrubs you plan to preserve. Erect fencing material
around areas that you want to protect. As a general rule, it is important to stay outside
of the limits of a tree's canopy. This means keeping foot traffic, truck traffic, and even
the storage of supplies away from the protected area. Be sure to communicate to
everyone involved in the construction process the importance of staying clear of the
fenced areas. If you are serious about saving certain trees, you may reconsider the
design of your improvements, so plan for this in advance.
100
I
I
I
J
I
I
H
I
I
I
I
I
I
[_
I
City of Fayetteville Landscape Manual
Many people consider removing the existing trees with the intent to replace them once
construction is complete. Tree replacement, however, is no substitute for preserving
mature, established trees that are providing shade, wildlife habitat, clean air and general
human enjoyment. A tree planted within the urban setting has an average life
' expectancy of 10 to 35 years due partly to the polluted environment. A young tree
planted today must face a long hard road before it will match the splendor of the mature
tree it is replacing. Saving trees during construction may cost additional money, time
' and some aggravation but the value of a mature established tree will far outweigh that
cost."
' Tree preservation is difficult to do during the construction process and the contractor
must be aware of which trees are to be preserved during the bidding process. Clarity
' on what trees and areas are to be undisturbed are critical in preserving valuable site
characteristics. Provided is a list of commonly encountered trees that are especially
sensitive to construction disturbance:
Paper Birch Flowering Dogwood Magnolia species
' Betula papyrifera Comus florida Magnolia ssp.
Redbud Beech species Crabapple
' Cercis canadensis Fagus spp. Ma/us ssp.
Fringetree Carolina Silverbell American Hop-hombeam
' Chionanthus virginicus Halesia carolina Ostrya virginiana
Mockemut Hickory Witch -hazel Sourwood
Carya tomentosa Hamamelis virginiana Oxydendrum arboreum
Shagbark Hickory Black Walnut Spruce species
Carya ovate Juglans nigra Picea ssp.
Bittemut Hickory Sweetgum White Pine
Carya cordiformis Liquidambar styracillua Pinus strobus
Yellow -wood Tulip Tree Black Cherry
' Cladrastis lutea Liriodendron tulipifera Prunus serotina
White Oak Scarlet Oak Southern Red Oak
Quercus alba Quercus coccinea Quercus Falcata
Post Oak Slippery Elm
Quercus stellata Ulmus rubra
City of Fayetteville Landscape Manual
Pre Construction
Preventive measures are very helpful in protecting trees through the construction
process. Awareness of what trees are going to be preserved and their preconstruction
condition will give the caretaker better knowledge of how to protect the tree during
construction and what measures to take after construction. For that reason a pre
construction survey is needed; a tree survey will provide the basis for after construction
treatment. A predevelopment survey will also identify any undesirable trees that can
be removed and locate any rare or important trees that need extra care. The more
detailed the initial analysis, the better a person can manage the actions that need to be
taken before, during, and after construction.
One of the best ways to manage existing trees in construction is communication with
the contractor. Just telling the contractor which trees need to be saved is only the
beginning. The developer or owner needs to communicate why certain construction
practices are detrimental and periodically monitor progress to insure existing trees are
not damaged.
There are several practices that can be done to a tree to prepare it for the stress related
to construction.
Construction of a tree protection fence (See full page detail on pg. 107)
The single most important element in protecting trees. The fence should
extend at least to the edge of the drip line, farther if possible
OOO
Plan view
Spreading of mulch or gravel
A 12" layer of mulch or a 6" layer of gravel can reduce compaction up to
4" in depth. A temporary bridge can be implemented to further reduce
compaction (See full page detail on pg. 109) Reduce mulch to 4" after
construction complete
102
I
L
L
[1
I
I
H
I
I
I
I
I
I
J
I
I
I
I
I
I
C
I
I
I
H
I
J
I
I
I
I
I
I
Li
LJ
City of Fayetteville Landscape Manual
Pruning
The removal of limbs that could bean obstruction to equipment should be
removed. For safety and to prevent further damage to the tree, any dead
limbs should also be removed.
Irrigation
Probably the most important preventive measure is irrigation. Previously
water stressed trees have a poorer chance of survival than a well -
watered, healthy tree. Irrigation should be carried out in normal fashion,
wetting entire root zone to a depth of 2' to 3'. On sites that generate
excessive dust due to construction, the leaves of the trees must be
sprayed with water to prevent dust from clogging pores of the leaves.
Fertilization
Supplemental nutrients can be applied to trees that exhibit weak, scraggly
crowns and overall poor performance. The only time fertilization is
beneficial is the season before construction is scheduled to begin.
Construction of a fill/ aeration system (See full page detail on pg. 108)
This system allows for gas exchange between roots and the atmosphere,
otherwise not possible when soil is compacted and/or paving is applied.
rn-Tn.I.E — iIl p
� t _
t t 1. 0 iii •�i������'htiA , .
The following attached table was taken from Trees and DevelopmentA Technical Guide
to Preservation of Trees During Land Development titled Major construction impacts,
construction activities, and methods to minimize tree damage.
103
•1
City of Fayetteville Landscape Manual 1
Impacts to tree Construction activity
Root loss Stripping site of organic surface
soil before grading; clearing
unwanted vegetation; demolishing
existing structures
Lowering grade, scarifying,
preparing subgrade for fill and
structures
Preparing subgrade for pavement
Excavation for footings, walls,
foundations
Trenching for utilities, drains
Methods/Treatments to
minimize damage
• Restrict stripping of topsoil
around trees
• Install fences to protect
trees from injury
• Any woody vegetation
should be cut level with
ground and not pulled up by
roots
• Before grading, root prune
tree at edge of excavation to
depth required
• Soil beyond cut face can be
removed by equipment
sitting outside of dripline
• Use retaining walls with
discontinuous footings to
increase the distance that
natural grade is maintained
• Use paving section requiring
a minimum amount of
excavation
• Minimize thickness of
pavement by directing
heavy traffic away from
trees
• Increase strength of
pavement to reduce reliance
on subgrade for strength
• Avoid continuous footings
adjacent to trees
• Use pier foundations with
beams above grade instead
of slab
• Orient piers to avoid major
roots
• Excavate by hand, bridging
roots where possible
• Where roots must be
removed, cut cleanly with
appropriate tools, saw, not
backhoe or trencher
• Avoid open trenching in root
area
I
I
I
I
I
H
I
II
1
I
I
I
I
104 '
L
I
I
H
IH
I
I
I
I
I
rJ
IH
I
I
I
I
City of Fayetteville Landscape Manual
Impacts to
Construction activity
Methods/Treatments to
tree
minimize damage
Tunnel under roots, if possible.
If not, dig by hand bridging roots
greater than 1"diameter
• Consolidate utilities in one
trench
Wounding
Injury from equipment
Fence tree to enclose low
crown of tree
branches and protect trunk
• Clean up wounds up as soon as
possible
Creating clearance for building,
Prune to minimum height
traffic, construction equipment
required prior to construction
• Consider minimum height
requirements of construction
equipment and emergency
vehicles over road
• All pruning should be done by a
Certified Arborist
Unfavorable
Compacted surface soils
Fence trees to keep traffic and
conditions for
storage out of root area
root growth;
Provide a storage yard and
chronic stress
traffic areas for construction
from reduced
activity well away from trees
root system
• Where traffic cannot be diverted,
protect soil surface with thick
mulch or steel plates
Spills, waste disposal
•Fence trees to exclude dumping
• Clean up accidental spills
immediately
Soil sterilants (herbicides) applied
Use herbicides safe for use
over pavement
around trees. Adhere to label
requirements
Impervious pavement over soil
Minimize use of pavement within
surface
dripline
Inadequate soil Rechannelization of stream flow;
moisture redirecting runoff; lowering water
table; lowering grade
• Consider system to allow low
flow through normal stream
alignments and provide bypass
into storm drains to peak flow
• Provide supplemental irrigation
in similar volumes and seasonal
distribution as would normally
occur
105
I
1
City of Fayetteville Landscape Manual
Impacts to tree
Excess soil moisture
Increased exposure
106
Construction activity
Underground flow backup;
raising water table
Lack of surface drainage away
from tree
Irrigation of exotic plants
Thinning stands, removal of
undergrowth
Reflected heat from
surrounding hard surfaces
Pruning
Methods/Treatments to
minimize damage
Fills placed across
drainage courses must
have culverts placed
at the bottom of the
low flow so that water
is not backed up
upstream
Study the geotechnical
report for ground water
characteristics to see
that walls and fills will
not intercept
underground flow
Where surface grades
are to be modified,
make sure that water
will flow away from the
trunk. If tree is in low
point, design drain
system with least
impact to roots
Match irrigation
requirements of tree
and understory
landscape to avoid
over irrigation
• Retain forest trees in
groves rather than
singly
• Maintain natural
undergrowth
• Minimize use of hard
surfaces around trees.
Monitor moisture
needs where water
use is expected to
increase
Avoid severe pruning
where previously
shaded bark would be
exposed to sun.
I
J
I
H
I
I
11
I
I
I
I
I
I
I
I
I
I
H
I
IH
I
I
LII
I
II
J
City of Fayetteville Landscape Manual
0's.
rY,r rwr (Mvr ✓ C awl xw tw)
Plon view
PWr rw1N 1 IM[.. Mr
Y • NV Mk Nryy
Ir(`r • I F w Nb ✓ 1•W N
City of Fayetteville Standard Notes For Tree and Natural Area Protection
I. An trees and natural areas shown on this plan to be preserved
mall be protected during construction with temporary fencing
2. Protective fences shall be erected according to City of
Fayetteville standards for tree protection
3. Protective fences shall be installed prior to the start of any site
preparation work and shall be maintained throughout an phases of
the construction project
4. Erosion and sedimentation control barriers Shan be installed or
maintained in a manner which does not result in sod buildup within
bee dripllnes
5. Protective fences shall surround the trees or group of trees, and
win be located at the dripline, for natural areas, protective fences
Shan follow the limit of construction line. In order to prevent the
following:
A. Sol compaction in the root zone area resulting
from vehicular traffic or storage of equipment
B. Root zone disturbances due to grade changes
(greater than 6') or benching not reviewed by city
arbonst
C. wounds to exposed roots, trunk or limbs by
mechanical equipment
D. other activities detrimental to trees such as
chemical storage, cement truck leaning. & fires
6. Exceptions to installing fences at tree ddplines may be permitted
In the following cases:
A. Where there is to be an approved grade change.
impermeable paving surface, tree well, or other such site
development
B. Where permeable paving Is to be installed within a
tree's dripline, erect the fence at the outer limits of the
permeable paving area (prior to site grading so that this
area is graded separately prior to paving installation to
minimize root damage)
C. Where trees are dose to proposed buildings.
erect the fence to allow 6 to 10 toot of work space
between the fence and the building
D. Where there are severe space constraints due
to tract size, or other special requirements
7. Where any of the above exceptions result in a fence being closer
than 4 feet to a tree trunk, protect the trunk with strapped on
planking to a height of 8 feel ( or limits of lower branching) in
addition to the reduced fencing provided
8. Trees approved for removal Shan be removed in a manner which
does not impact trees to be preserved
B. Any roots exposed by construction activity shalt be pruned flush
with the soil. Backfin root areas with good quality lop soli as soon
as possible. It exposed root areas are not backrilled within 2 days,
cover them with organic material In a manner which reduces soil
temperature and minimizes water loss due to evaporation
10. Any trenching required for the installation of landscape irrigation
shall be placed as far from existing bee trunks as possible
11. No landscape topsoil dressing greater than 4 inches shall be
permitted within the dripline of bees. No soil is permitted on the root
flare of any tree
12. Pruning to provide clearance for structures, vehicular traffic, and
equipment shall take place before construction begins
13. All finished pruning must be done according to recognized.
approved standards of the industry (reference the National Arbonst
Association Pruning Standards for Shade Trees available upon
request from the city arborist)
14. Deviations from the above notes may be considered ordinance
violations if there is substantial noncompliance or if a tree sustains
damage as a result
107
City of Fayetteville Landscape Manual '
8' min.
Wall with no � f9' Existing Grade '
Finish Grade fl footing f fj
Screened vent cop
Crushed stone ( Drain to daylight
4 .. perforated pipe min. '
Wrapped in geotextile fabric
Width of tree crown or larger
Fill aeration system '
I
I
I
I
I
108
City of Fayetteville Landscape Manual
a
0 OO
o
OOO a
0 5),0,�o Q�oKP
O p� "00j OO
0 0
o0
O .OpO
00
cbo ° O 0 0 0
O °W O O rtD0 °00
00
° 0 000.47_ orb
O O W' bOq$\P�q�py O
03-i
,�� •
Combination of a thick layer of
wood mulch w.th steel plates or
plywood is the most effective
Temporary bridge may be constructed of
steel plates or plywood
Supporting limbers far driving
surface may be substituted for
a 6-12 layer of wood mulch
This option should be
used only when traffic
cannot be avoided over
tree root system
Post signs to direct workers
traffic over the temporary bridge
LTimbers or support structure should
run parallel with root system
Temporary bridge
109
City of Fayetteville Landscape Manual
Post Construction
Preventive maintenance is far easier to do than attempting to correct the ailments of
injured trees. If possible, collect the preconstruction survey about the health and
existing physical conditions of the preserved trees; the preconstruction survey will help
in determining the impacts of construction and what treatments should be done.
If no previous analysis is available, a survey of the changed site conditions, condition
of trees, and the possible long term results would be beneficial. There are a few key
characteristics of trees and their surroundings that need to be taken into consideration:
the tree's structural stability, health, and affected soil conditions.
Typical signs of tree injury from construction
• Branch dieback
• Wounds from equipment
• Attack from borers and other pests
• Small leaves
• Leaf scorch
• Leaf wilt
• Early fall defoliation and coloration
• Heavy seeding
Once the problem that is causing unwanted stress
maintenance can be executed. Sadly there is little a
can do once major damage has been inflicted.
construction stress are as follows:
• Irrigation
• Pruning
• Mulching
• Fill soil removal
Pest management
Fertilization
Tree removal
I
I
I
I
I
I
P1
I
on preserved trees is identified,
homeowner, or even an arborist,
Common practices to reduce
The most common problem in construction impact is soil compaction. This subject
deserves further explanation because of the variety in methods used to reverse
compaction's negative effects on trees. Soil that is compacted prevents aeration,
permeability, and nutrient absorption. Several processes are highlighted in better detail
in Trees and Development by Matheny and Clark. Most of the processes to help trees
should be carried out by a licensed arborist, not by the contractor. See the appendix
on contacts to locate a qualified person.
110
U
I
I
I
I
I
I
City of Fayetteville Landscape Manual
Growth regulators
application of chemicals (moderate results)
Vertical mulching
drilling 2" holes 18"-24" deep and backfilling with a porous material
(moderate results)
q^!1 �t t 9
+� •+ ++ iO
I-
• ° iY+
0 Y 1' 0
O 0 �y
+ Os O
�g w
° V rPY° vq At4
Y
O
O 0
Radial trenching
First identify location of anchor roots, trench between them and backfill
(best results)
City of Fayetteville Landscape Manual
Utility Lines and Trees
Underground utility lines are another threat to existing trees during the various phases
of construction. For trees to survive, special planning about utility line routes and
placement must occur. Instead of straight paths for utility lines that devastate tree root
systems, curved paths can be implemented to avoid root and utility conflicts. The
example shows evidence of tree preservation in the design of the structures, but no
planning was considered when routing the utility lines.
When other obstacles prevent the maneuvering of utilities around trees, boring
equipment can allow utility lines to pass under the critical areas of a tree's root system.
A tree's ability to absorb vital nutrients and water are strictly dependant on its root
system; the cutting of any major roots applies stress that can often lead to death. It is
imperative that to preserve on site trees careful attention must be exercised where
disturbance is going to occur.
112
Root system is protected by boring.
If trenching is unavoidable.
then make clean, smooth cuts.
L
L
r
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Fayetteville •
• / q4
Staff Review Form
City Council Agenda Items (��+_Z flyn t G L
Contracts 6i/45t'
9/20/2005
City Council Meeting Date
Matt Casey Engineering Operations
Submitted By Division Department
Action Required:
al of the Construction Contract with C-2 Projects, LLC in the amount of $1,287,211.25 for North College
ie Replacement Project, also the project contingency in the amount of $128,000 (10%), and the related
adjustments in the amount of $444,941.25.
$1,415,211.25
Cost of this request
5400. 5600.5808.00
Account Number
02030
Project Number
Item x
$ 1,147,902.00
Category/Project Budget
$ 177,632.00
Funds Used to Date
$ 970,270,00
Remaining Balance
Budget Adjustment Attached Ox
North College Waterline
Replacement Project
Program Category / Project Name
Water & Sewer Improvements
Program / Project Category Name
Water & Sewer Fund
Fund Name
Previous Ordinance or Resolution #
Date Original Contract Date:
Original Contract Number:
City Attorney r/�i≤tS
FAYETTEVItLE 0
THE CITY OF FAYETTEVILLE, ARKANSAS
To: Fayetteville City Council
Thru: Dan Coody, Mayor
Gary Dumas, Director of Operations
David Jurgens, Water & Wastewater Director
Ron Petrie, City Engineer
From: Matt Casey, Assistant City Engineer
Subject: North College Waterline Replacement Project
Construction Contract with C-2 Projects tiC
BACKGROUND
The existing 8" water line is in the middle of North College Avenue. It has experienced a
number of significant leaks that present significant hazards to the road, to traffic during
and immediately following the leak, and is very dangerous to repair as it requires closing
both middle lanes. There is also at least one smaller leak that has been identified by leak
detection but, due to the water system configuration, is impossible to pinpoint. This leak
could be creating a void under the road. The pipe is very old and a number of businesses
are shut down when the water line is shut off for repairs. There have also been a number
of leaks on services in the area. The project is designed to abandon the line in College
while reinforcing the grid throughout the area. The grid has a number of dead end and
small (2 1/4" or smaller) lines that will be replaced, abandoned or looped.
Per City Council approval, McClelland
Consulting
Engineers, Inc. has
been performing
the engineering services for this project.
Plans and
Specifications were
completed this
summer and the project was advertised
for construction.
DISCUSSION / STATUS
On August 18, 2005, two bids were received by the City of Fayetteville and the low
bidder is C-2 Projects, LLC, from Springfield Missouri, in the amount of$1,377,141.00
with deductive alternate #1 for $89,929.75 and deductive alternate #2 for $89,523.55.
Staff is recommending accepting deductive alternate #1 which will remove a section of
line along Washington between Maple Street and Davidson Street.
113 WEST MOUNTAIN 72701 479-521-7700
FAX 479-57S-0257
Attached for your information is McClelland's award recommendation, as well as bid
tabulation sheets.
RECOMMENDATION:
The Staff recommends Council approval of the following:
(1) Award of the Construction Contract to C-2 Projects, LLC, in the amount of
$1,287,211.25.
(2) Approval of a 10% Project Contingency in the amount of $128,000.00.
(3) Approval of the related Budget Adjustment in the amount of $444,941.25
FUNDING FOR 2005:
2005 Budget $1,147,902.00
Funds used to date $177,632.00
Remaining Funds $ 970,270.00
Needed Budget Adjustment $444,941.25
One reason for the estimated cost over -run is the abundance of construction projects and
the low number of interested contractors in Northwest Arkansas.
Attachments: Contract Documents
Vicinity Map
Letter of recommendation
Bid Tabulation
RESOLUTION NO.
A RESOLUTION APPROVING A CONSTRUCTION CONTRACT
WITH C-2 PROJECTS, LLC IN THE AMOUNT OF $1,287,211.25
FOR THE NORTH COLLEGE WATERLINE REPLACEMENT
PROJECT; APPROVING A 10% PROJECT CONTINGENCY IN
THE AMOUNT OF $128,000.00; AND APPROVING A BUDGET
ADJUSTMENT IN THE AMOUNT OF $444, 941.25 FOR SAME.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a construction contract with C-2 Projects, LLC in the amount of
$1,287,211.25 for the North College Waterline Replacement Project. A copy of the
contract marked Exhibit "A" is attached hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arka,
hereby approves a 10% project contingency in the amount of $128,000.00.
Section 3. That the City Council of the City of [ a, - A ansas,
hereby approves a budget adjustment in the amount 9412 for.. ,: e.
PASSED and APPROVED this 20th. y of Septei er,2J05.
PPRO
By:
�Dl1 COODY, Mayor
A ` S
By:
O = A SMITH, City Clerk
McCLELLAND
CONSUL TING
ENGINEERS, INC.
August 17, 2005
Mr. Ron Petrie, P.E.
City Engineer
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
Dear Mr. Petrie:
PO. Box 1229
rayetteville, Arkansas 72702-1229
479.443.2377
rAX 479-443-9241
Bids were received for the referenced project at 2:00 p.m., Tuesday, August 16,
2005. Two bidders submitted bids, and the bids have been tabulated as indicated on the
enclosed Bid Tabulation.
C-2 Projects, LLC submitted an irregular bid in that this bidder listed the extended
bid amount in words, instead of the unit price bid amount. The City of Fayetteville has
the right to waive irregularities such as this, as listed on page 00030-2 of the
specifications. Other than this matter, both of the bidders are properly licensed and
submitted proper bid bonds and the bids appear to be in order.
Presuming that this bid irregularity is waved, C-2 Projects, LLC is the low bidder.
Their bid total of $1,377,141.00 exceeded my updated engineer's estimate of $1,338,000,
but the cost difference is not extreme. There were two line segments designated as
deductive alternates. Water Line 86 has a deductive alternate price of $89,929.75 and
Water Line 84 has a deductive alternate price of $89,523.55, so the project bid price
could be reduced to $1,287,211.25 or $1,197,687.70 if one or both deductive alternates
are accepted.
Presuming your City is having satisfactory results with C-2 Projects current work
on Gregg Avenue, we recommend that the contract be awarded to C-2 Projects, LLC, and
that the irregular bid schedule be documented with this bidder to insure that the correct
unit prices are used.
Very truly yours,
McClelland Consulting Engineers
Robert W. White, P.E.
Vice -President
Encl: Bid Tabulation
Cc: Mrs. Peggy Vice w✓Encl.
Mr. David Jurgens w/Encl.
FY032142 Conespoodencc
a
F
a
NN N N N N N N N N N+ + + + +++++
W N+ O 0 Ol V a N A W N— O w O) V a to A W N+ O co !b V 0 A W N+ 3
Y R AN W O •O m D N O [T Do
. N m N m = c m m • • •=+= O = • • • •ON f3
J J J>>>_
. SS m m m J 0 0� m < m m m W g g g g tp s
Qgg;mi_�6zzzaa. ffgm g'x1 mmmm3 J•?m< << <
1mp 1mp < <o
W
G G O m J A & cm� �^ m m 9<�—,g t m (/1 m
m m rn ++ m -- 7 c 0 O 5 m F F F m m S m Q D o o 0 .4 a m_
C ...O •41 • •(]m m m m O f01 pp} �_
0 0 0 J 3= t8i + J 0 0 0� —3rD
m o C� ° moo• m m
m J C tb m m N O » ID N (0�1 qSl n pJ1 C f� Z D
J J J i m i •-'_
- O G J X
m J tj m �Ij' jj a f0 O m J 9D N Cj 8 p fll m - r
Ca
J 4) C/) j t0 n �Jp tai-' » CC.
m r< � OCaD
m< m m m m m 3 O ro' Q m m m m Iomo
N 0 2
m mm 7>>> m a =am � `" �a imJ gpm
Nm
(oa
ten
x m O m 3 (n (p n m J N
x J 3 3 n >> c SQ cn -DI
- g c to m O m m
0 m t0 co 0 O� N 3
1 _-
5m Z
m
p� pppp+���� + _ A
N v W+ V N+ N N+ N O O fT + O OI N N+ W V N p O J N g m+ 5
bb 0
in
rrrrmmmmmmmmm m m mmmmmmmr rr rrrrr 3 i7Dm(T�mmm r in
D D DD D DD DD DD D D D DDDDDD T r-7 m r1T mm(n S 4
+ a a A++ P C
88888$$88888888 8 8
s=�
t� !!�� tt�� p o
N N+ A+ !b N N W tp O A O V tJ A - + V V W A m
V V A W » U N f0 ta
+ r 4%
88888ss8888888s s 8 8 8888888 888 88888$
8888888$8888888 g s s 8s88s8s 888 888889;
a
C
N p p p -
Oi m t0 N N W V N tb +
888gSgggS8g 8 8 8 8$8$88$ 88 88888$0
M
I
0
d
k
!
§
]
IN
w
z
CD
I
_
EegtPSt
/oE`fl
--fl
(A
}3
§((/■%I[[7
&
)
#■»`
`
0
*
(�\(}.§
a
!
[I
%
�•
��
`
&(00
wo
}
\
§!-
E
-■@w�§§6;
&a�
��
KBaBaB§Ba
ks2
{;
3!�
2
kk�kb&)§k
n2)
aaskBB99
&k2
k0
)
■@)
\E
§BaaB§§k§
BBa
0
-
§
rn
BeBke®eRa
888
k
N
-s++++ + + tm W V O N A W N +
W N A W N r O
w
. 3 E J a J ° 3 J mm
m �i --
Tamcg � �QCmmQc< - j
m
Co ppt� T W;�
AD o mm
mm=mmm���c�cl (D a•
m Op O
°°�°' m'j ��� n mD m^l0
r m ^ J N ...� 2 C
m
J 3 = y J 0 + S
v !^ H N m ,�� m m o g� m Qirz
N Z e < o (o m o O N r
O m
o rs + J z m
CD
[n N x x 0 fd op
L. `v 113m
Co g S
3 D
z
m
m
N r A r + a
O O OD C +
C,
to to R1 �r1 �r1 (T� �n m
r m
W+ + C
88 s s8� N X98 4
88s $ 888SS88'�
o
N+ r A A A W+ A t+
N88gg88888� s88sg'8�
fig$
888s8gggg$ sgsssg
Re
m V3
g88sggs$888 888808 go
8
a
From: dance Pearman
To: Casey, Matt
Date: 9/21/05 6:22PM
Subject: C-2 Projects
Matt,
The Council passed a resolution Sept. 20, 2005 regarding C-2 Projects in th $1,287,211.25, plus
contingency for North College Waterline Replacement. Please get me signed contracts to continue
processing this resolution.
Thanks.
dance
Clarice Pearman - Res. 196-06Pagel
From: Glance Pearman
To: Casey, Matt
Date: 10/25/05 1:49PM
Subject: Res, 196-06
Matt,
Attached is a copy of your division's agenda item passed by City Council, September 20, 2005 regarding
C-2 Projects, LLC. Also attached is a copy of the budget adjustment. I will forward to Budget & Research
the original budget adjustment.
Also you may pick up six of seven originals of the contract.
Thanks.
Have a good afternoon.
Clarice
CC: Bell, Peggy; Deaton, Vicki; Fell, Barbara