HomeMy WebLinkAbout89-09 RESOLUTIONRESOLUTION NO. 89-09
A RESOLUTION TO AWARD TO THE LOW BIDDER,
GROUND ZERO CONSTRUCTION, INC. A CONTRACT FOR
CONSTRUCTION OF DRAINAGE IMPROVEMENTS AND
SIDEWALKS FOR MISSOURI CREEK AND ROLLING HILLS
DRIVE IN THE AMOUNT OF $135,018.00 PLUS A
CONTINGENCY IN THE AMOUNT OF $20,252.00
WHEREAS, the Street Committee recommended the study of drainage problems of
Missouri Creek at Rolling Hills Drive and approved the improvement project and low bidder to
construct the improvements..
NOW, THEREFORE 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 awards the
attached contract in the amount of $135,018.00 to Ground Zero Construction, Inc. for
construction of the Missouri Creek at Rolling Hills Drive Drainage Improvement Project and
approves a project contingency in the amount of $20,252.00.
PASSED and APPROVED this 21St day of April, 2009.
APPROVED:
B
ATTEST:
By:
SOP
1 ' • E. SMITH, City Cier
reasurer
os4iZ+1r;1gt„
, calf
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
4/21/2009
City Council Meeting Date
Agenda Items Only
Engineering
Division
Action Required:
Development Services
Department
A resolution to award a contract to Ground Zero Construction, Inc. in
the amount of $135,018.00 for construction of drainage improvements for
the Missouri Creek at Rolling Hills Drive Drainage Improvements
project and approve a project contingency of 15% of the Construction bid.
155,270.00
Cost of this request
4470.9470.5817
Account Number
02108.1
867,448.00
Category / Project Budget
Other Drainage Improvements
Program Category / Project Name
244.97 Bridge and Drainage Improvements
Funds Used to Date
$ 867,203.03
Project Number Remaining Balance
Budgeted Item X Budget Adjustment Attached
Program / Project Category Name
Sales Tax Capital Improvement Project
Fund Name
Depat m
City Attor
ci_
Finance and Internal Services Director
Vk*(141
Date
Date
4r3T2oeR
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in City
Clerk's Office
SEB
Received in
Mayor's Office
Comments:
Revised January 15, 2009
City Council Meeting of April 21, 2009
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director 6k
From: Chris Browi nterim City Engineer
Date: April 1, 2009
Subject: : A resolution to award a contract to Ground Zero Construction, Inc. in
the amount of $135,918.00 for construction of drainage improvements for
the Missouri Creek at Rolling Hills Drive Drainage Improvements
project and approve a project contingency of 15% of the Construction
bid.
RECOMMENDATION:
Staff recommends approval of a construction contract with Ground Zero Construction,
Inc. in the amount of $135,018.00 for construction of drainage improvements for the
Missouri Creek at Rolling Hills Drive Drainage Improvements Project and approve a
project contingency of 15% of the Construction bid.
BACKGROUND:
The Street Committee reviewed the drainage problem at Missouri Creek on October 20,
2008 and requested Engineering staff prepare plans and take bids on the project. The
project consists of installing 62 ft of a triple 9 ft x 3.5 ft reinforced box culvert on
Missouri Creek at Rolling Hills Drive, installation of additional curb inlets, and
construction of 6 foot sidewalks on both sides of the roadway. Relocation of the existing
water main will also be completed as part of the project. The plans were completed and
advertised for bid on February 23, 2009.
DISCUSSION:
Bids for this project were received on March 10`x'. 15 bids were received, ranging from
$135,000 to $330,000. The low bidder was Ground Zero Construction, Inc. of Siloam
Springs at $135,018.00. In addition, a contingency fund equaling 15% of the amount bid
($20,252.70) is recommended. Therefore, the total recommended construction funding is
$155,270.00.
The bids have been reviewed and, the low bid has been determined to be acceptable by
staff.
The bids were also reviewed at the March 31, 2009 Street Committee Meeting. The
Committee voted to forward the proposal to the City Council with a recommendation to
award the bid to Ground Zero Construction, Inc.
1
City Council Meeting of April 21, 2009
Drainage Easements and Temporary Construction Easements are required from a total of
four (4) property owners. Acquisition of easements has been on hold pending the
approval of bids. This acquisition must be completed before the work can begin.
The project is scheduled to be "Substantially Complete" within 60 calendar days after
commencement and fully complete within 90 days.
The Contractor shall sequence construction of the triple box culvert so that 2 — 9 ft lanes
shall remain open at all times during construction unless 2 -flagman are present. One 9 ft
lane must remain open when flagmen are used. Contractor shall provide adequate
barriers and construction signage in accordance with MUTCD to provide a safe
environment for the traveling public.
BUDGET IMPACT:
This construction contract will be funded with a portion of the Sales Tax Capital
Improvement Project dedicated to drainage projects. Funding available in this project
fund is approximately $867,000.
2
RESOLUTION NO.
A RESOLUTION TO AWARD TO THE LOW BIDDER, GROUND
ZERO CONSTRUCTION, INC. A CONTRACT FOR CONSTRUCTION
OF DRAINAGE IMPROVEMENTS AND SIDEWALKS FOR MISSOURI
CREEK AND ROLLING HILLS DRIVE IN THE AMOUNT OF $135,018.00
PLUS A CONTINGENCY IN THE AMOUNT OF $20,252.00
WHEREAS, the Street Committee recommended the study of drainage problems of
Missouri Creek at Rolling Hills Drive and approved the improvement project and low bidder to
construct the improvements..
NOW, THEREFORE 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 awards the
attached contract in the amount of $135,018.00 to Ground Zero Construction, Inc. for
construction of the Missouri Creek at Rolling Hills Drive Drainage Improvement Project and
approves a project contingency in the amount of $20,252.00.
PASSED and APPROVED this 215t day of April, 2009.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: MISSOURI CREEK AT ROLLING HILLS DRIVE DRAINAGE
Contract No.:
IMPROVEMENTS
THIS AGREEMENT is dated as of the day of
in the year 2009
by and between The City of Fayetteville, Arkansas and Ground Zero Construction, Inc.
(hereinafter called Contractor).
ARTICLE 1 - WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
Installation of a 62 LF of a triple 9'x3.5' reinforced box culvert on Missouri Creek at Rolling
Hills Drive, including approximately 225 SY of Asphalt Concrete Hot Mix street repair, 110 LF
of Curb and Gutter, 100-SY of concrete sidewalk, 45 LF of 24-30" Reinforced Concrete Pipe, 65
LF of 6" PVC water line, and miscellaneous related items.
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who
is hereinafter called Engineer. The Engineer assumes all duties and responsibilities,
and has the rights and authority assigned to Engineer in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
City of Fayetteville 00500 - 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 60 calendar days after the
date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 90 calendar days
after the date when the Contract Times commence to run.
103 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this
Agreement and that The City of Fayetteville will suffer financial loss if the
Work is not completed within the time specified above, plus any extensions
thereof allowed in accordance with the GENERAL CONDITIONS. The
parties also recognize the delays, expense, and difficulties involved in
proving the actual loss suffered by The City of Fayetteville if the Work is not
Substantially 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 One Hundred Fifty Dollars ($150.00) for each calendar day that
expires after the time specified above in Paragraph 3.02 for Substantial
Completion until the Work is Substantially Complete. After Substantial
Completion, if Contractor shall neglect, refuse, or fail to complete the
remaining Work within the time specified in Paragraph 3.02 for completion
and readiness for final payment or any proper extension thereof granted by
The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven
Hundred Fifty Dollars ($750.00) for each calendar day that expires after the
time specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the prices bid in the Proposal (BID FORM) which is hereto
City of Fayetteville 00500 - 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02. As provided in the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
City of Fayetteville 00500 - 3
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 90% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
to The City of Fayetteville and Engineer, The City of
Fayetteville on recommendation of Engineer, may determine that
as long as the character and progress of the Work subsequently
remain satisfactory to them, there will be no additional retainage
on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion
will be an amount equal to 100% of the Work Completed less the
aggregate of payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, The City of Fayetteville shall pay an
amount sufficient to increase total payments to Contractor to 95% of
the Contract Price (with the balance being retainage), less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
City of Fayetteville 00500 - 4
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1)
reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
City of Fayetteville 00500 - 5
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto_
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
City of Fayetteville 00500 - 6
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of
Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
. 7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
MISSOURI CREEK AT ROLLING HILLS DRIVE DRAINAGE
IMPROVEMENTS
8. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
City of Fayetteville 00500 - 7
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
City of Fayetteville 00500 - 8
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 --- AGREEMENT (continued)
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual
work are subject to the Arkansas Freedom of Information Act. If a Freedom
of Information Act request is presented to the City of Fayetteville, the
contractor will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
OTHER PROVISIONS: Not Applicable.
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate_ One counterpart each has been delivered to Contractor and Engineer_ Two
counterparts each has been delivered to The City of Fayetteville. All portions of the Contract
Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or
identified by Engineer on their behalf
This Agreement will be effective on , 2009, which is the
Effective Date of the Agreement.
GROUND ZERO CONSTRUCTION, INC CITY OF FAYETTEVILLE
By:.
Title: i°, -f; c 4 -1 r
Attest
By:
Title:
(SEAL) (SEAL)
Attest
City of Fayetteville 00500 - 9
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 -- AGREEMENT (continued)
Address for giving notices Address for giving notices
P.O. BOX 830 113 West Mountain Street
Siloam Springs, Arkansas 72761 Fayetteville, Arkansas 72701
License No. 0148370509
Agent for Service of process
(If Contractor is a corporation,
attach evidence of authority to
sign.)
(attach evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Approved As to Form:
By:
Attorney For:
END OF DOCUMENT 00500
City of Fayetteville 00500 - 10
Missouri Creek at Rolling Hills Drive Drainage Improvements
ROLLING HILLS AT MISSOURI CREEK DRAINAGE
ITEM SPEC. EST.
NO. REF DESCRIPTION UNIT QTY
Engineer's Estimate
UNIT
PRICE TOTAL
1 111 Roadway Construction Control LS 1
2 112 Trench and Excavation Safety Systems LS 1
3 204 4" Topsoil Placement (Yard Areas) SY 350
4 301 24 -inch Corrugated Metal Pipe (CMP) LF 30
5 301 30- inch Corrugated Meta] Pipe (CMP) LF 16
6 302 Drop Inlet EA 2
7 302 Drop Inlet Extension (4 Ft) EA 12
8 306 Native Stone Rip Rap (1501b) SY 225
9 403 Asphalt Concrete Hot Mix Binder TN 85
Course (6 inch)
10 403 Asphalt Concrete Hot Mix Surface TN 52
Course (3 inch)
11 501 Concrete Curb & Gutter LF 200
12 502 6' Concrete Sidewalk (4") SY 120
13 504 Concrete Headwalls EA 2
14 504 Concrete Retaining Walls LF 35
15 504 Concrete Wing Walls LF 25
16 505 Seeding & Mulching AC 0.2
17 505 Solid Sod SY 350
18 507 4" White or Yellow Pvmt Marking LF 300
(Thermoplastic)
19 509 Erosion Control LS 1
20 510 Traffic Control and Maintenance LS 1
21 511 Mobilization LS 1
22 515 Steel Pedestrian Handrail (Type I) LF 125
23 517 Tree Protection Fencing LF l 80
24 SP -1 Concrete Box Culvert (Triple 9' x 3.5') LS 1
25 SP -2 Clearing, Grubbing, Demolition, and LS 1
Unclassified Excavation
26 SP -3 Split Steel Encasement Pipe (16") LF 20
27 WI - .8A 6" PVC C900 (DR 14) Water Line LF 80
28 WI -1.8B 6"x6" Tapping Sleeve and Valve w/Box EA 2
29 W] -1.8C Compact Mechanical Joint Ductile Iron LB 750
Fittings
30 W 1- ,8D Cut and Cap Existing 6" Main EA 2
31 W1 -1.8E 6" Service Saddle, 1" Corp Stop and Tap EA 2
(for testing)
52,500 52,500.00
51,200 51,200.00
53 51,050.00
$65 51,950.00
$75 51,200.00
52,500 $5,000,00
5500 56,000.00
550 $11,250.00
5150 512,750.00
$150 57,800.00
$20 54,000.00
538 54,560.00
5500 51,000,00
5125 54,375.00
5125 53,125.00
52,500 5500.00
55 51,750.00
$1 5375.00
$1,500 51,500,00
52,000 52,000.00
510,000 510,000.00
525 53,125.00
52 5360.00
5100,000 5100,000.00
520,000 $20,000.00
5200 $4,000.00
545 53,600.00
52,200 54,400,00
55 53,750.00
51,250 52,500.00
5150 5300.00
Subtotal 5225,920.00
Contingency 522,592.00
Total 5248,512.00
Ground Zero
UNIT
PRICE TOTAL
Sweetser Construction
UNIT
PRICE TOTAL
Edwards Design &
Construction
UNIT PRICE TOTAL
51,300,00
5500.00
52.50
540.00
$45.00
$2,400.00
$120.00
544.00
$82.00
51,300,00
$ 500.00
5875.00
$1,200.00
5720.00
54,800.00
51,440.00
59,900.00
$6,970.00
$94.00 $4,888.00
511.00
530.00
52,200.00
5170.00
5170.00
55,000.00
$3.00
54.00
51,000.00
51,500.00
$1,000.00
555.00
52.25
$43,000.00
510,000.00
5100,00
519.00
52,200.00
55.50
52,200.00
$3,600,00
54,400.00
55,950.00
54,250.00
51,000.00
$1,050.00
51,200.00
51,000.00
$1,500.00
51,000, 00
56,875.00
$405.00
$43,000.00
$10,000.00
$2,000.00
51,520.00
54,400.00
54,125.00
$1,100.00 52,200.00
5375.00 $750.00
5135,018.00
51,300.00
5500.00
51.50
546.50
558,50
52,000.00
5500.00
545.00
$75.00
51,300.00
5500.00
5525,00
51,395.00
5936.00
54,000.00
56,000.00
510,125.00
$6,375.00
$80,00 54,160.00
514.00
524.00
5500.00
5100.00
550.00
5360.00
53.00
53.75
5200.00
52,500.00
53,300.00
550.00
$5.00
575,300.00
512,000.00
$150.00
528.00
52,500,00
56.00
52, 800.00
52,880.00
51,000,00
53,500.00
51,250.00
572.00
51,050.00
51,125.00
5200.00
52,500.00
53,300.00
$6,250.00
$900.00
575,300.00
$12,000,00
53,000.00
52,240.00
55,000.00
54,500,00
5300.00 $600.00
5350.00 5700.00
$165,483.00
Bid
5165,771.00
5500.00
56,400.00
510.00
525.00
550.00
53,000.00
$600.00
518.00
587.00
5500.00
56,400.00
53,500.00
$750.00
$800,00
56,000.00
57,200.00
54, 050.00
57,395.00
598.75 55,135.00
59.50
S35.00
52,500.00
5143.00
5169.00
52,500.00
51,90
$4.85
52,950.00
56,300.00
$1,500.00
547.00
$2.50
$62,000.00
510,000.00
5179.00
51750
S2,250.00
56.00
51,900.00
54,200.00
55,000.00
55,005.00
54,225.00
5500.00
5665.00
$1,455.00
$2,950.00
56,300.00
51, 500.00
55,875.00
$450.00
$62,000.00
$10,000.00
53,580.00
51,400.00
S4,500.00
$4,500.00
5400.00 5800.00
5300.00 $600.00
$169,135.00
-$288.00
ROLLING HILLS AT MISSOURI CREEK DRAINAGE
ITEM SPEC. EST.
NO, REF DESCRIPTION UNIT QTY
1 1 1 1 Roadway Construction Control • LS 1
2 112 Trench and Excavation Safety Systems. LS 1
3 204 4" Topsoil Placement (Yard Areas) SY 350
4 301 24 -inch Corrugated Metal Pipe (CMP) LF 30
5 301 30- inch Corrugated Metal Pipe (CMP) LF 16
6 302 Drop Inlet EA 2
7 302 Drop Inlet Extension (4 Ft) EA 12
8 306 Native Stone Rip Rap (1501b) SY 225
9 403 Asphalt Concrete Hot Mix Binder TN 85
Course (6 inch)
10 403 Asphalt Concrete Hot Mix Surface TN 52
Course (3 inch)
11 501 Concrete Curb & Gutter LF 200
12 502 6' Concrete Sidewalk (4") SY 120
13 504 Concrete Headwalls EA 2
14 504 Concrete Retaining Walls LF 35
15 504 Concrete Wing Walls LF 25
16 505 Seeding & Mulching AC 0.2
17 505 Solid Sod SY 350
18 507 4" White or Yellow Pvmt Marking LF 300
(Thermoplastic)
19 509 Erosion Control LS 1
20 510 Traffic Control and Maintenance LS 1
21 511 Mobilization LS 1
22 515 Steel Pedestrian Handrail (Type I) LF 125
23 517 Tree Protection Fencing LF 180
24 SP -1 Concrete Box Culvert (Triple 9' x 3.5') LS 1
25 SP -2 Clearing, Grubbing, Demolition, and LS 1
Unclassified Excavation
26 SP -3 Split Steel Encasement Pipe (16") LF 20
27 W1 -1.8A 6" PVC C900 (DR 14) Water Line LF 80
28 WI -1.8B 6"x6" Tapping Sleeve and Valve w/Box EA 2
29 W1 -1.8C Compact Mechanical Joint Ductile Iron LB 750
Fittings
30 W1 -1.8D Cut and Cap Existing 6" Main EA 2
31 W1 -1.8E 6" Service Saddle, 1" Corp Stop and Tap EA 2
(for testing)
Tomlinson Asphalt
Company
UNIT
PRICE TOTAL
Northwest Excavation
UNIT
PRICE TOTAL
52,000.00
$2,000.00
$3,290.00
$3,290.00
$100.00
5100.00
5€,€50.00
$1,150.00
$4.50
51,575.00
$3.60
$1,260.00
$39.50
51,185.00
555.40
$1,662.00
555.00
$880.00
561.50
$984.00
53,500.00
57,000.00
54,030.00
58,060.00
5450.00
55,400.00
5540.00
56,480,00
546.20
510,395.00
534.00
57,650.00
$80.00
56,800.00
$82.60
57,021.00
$95,00
$4,940.00
587.00
54,524.00
511.00
$2,200.00
" 515.00
53,000.00
527,00
$3,240.00
$39.30
54,716.00
51,€00,00
$2,200.00
5990.00
$1,980.00
5170.00
55,950.00
5173.00
$6,055.00
5200.00
55,000,00
5107.00
$2,675.00
52,500.00
5500.00
53,250,00
5650.00
53.00
51,050.00
55.40
51,890.00
54.00
51,200.00
59.00
$2,700.00
5500.00
5500.00
52,350.00
52,350.00
52,400.00
52,400.00
53,500.00
53,500.00
51,575.00
51,575.00
52,650.00
52,650.00
$52.00
$6,500.00
561.00
57,625.00
51.00
$180.00
$3.25
$585.00
568,085.00
$68,085.00
568,995.00
$68,995.00
514,830.00
514,830.00
$17,527.00
$17,527.00
5145.00
$2,900.00
595,25
$1,905.00
551.00
54,080.00
540,15
$3,212.00
51,940,00
53,880.00
51,970.00
53,940.00
$6.12
54,590.00
54.30
53,225.00
51,120.00
$2,240.00
5345.00
5690.00
5615.00
$1,230.00
5135.00
$270.00
5174,605.00
5182,221.00
ARCO Excavation & Paving
UNIT
PRICE TOTAL
$3,500.00
51,000.00
$3,50
550.00
560.00
$4,800.00
$420.00
$130.00
$90.00
53,500.00
51,000.00
S 1,225.00
51, 500.00
5960,00
59,600.00
55,040.00
529,250.00
$7,650.00
$90.00 $4,680.00
$12.00
$36.00
53,200.00
5110.00
5110.00
5550.00
53,75
$0.95
$1,000.00
53,500.00
5800.00
540,00
53.00
573,000.00
$8,500.00
$70.00
530.00
52,000.00
$5.00
$2,400.00
54,320,00
56,400,00
53,850,00
52, 750.00
5110.00
51,312.50
5285.00
$1,000.00
53,500.00
5800.00
55,000.00
$540.00
$73,000.00
$8,500.00
51,400.00
52,400.00
54,000.00
$3,750.00
5300.00 5600.00
5175.00 5350.00
S190,672.50
BID
5191,662.50
-$990.00
Dean Crowder Construction
UNIT PRICE TOTAL
$1,500,00
$500.00
$3,15
536.00
545,00
53,950.00
$500.00
565.00
585.00
51,500.00
5500.00
51,102.50
51,080.00
$720.00
$7,900.00
$6,000,00
$14,625.00
$7,225.00
$85,00 54,420.00
511.00
532.50
53,375.00
5146.35
5146.35
52,200,00
52.50
59.45
51,100.00
53,695.00
5750.00
5115.15
51.25
$67,594.75
$10,437,50
5165.81
536.40
52,488.10
511.20
52,200.00
53,900,00
56,750.00
55,122.25
53,658.75
S440.00
5875.00
$2,835.00
$1,100.00
53,695.00
5750.00
S14,393.75
5225.00
567,594.75
$10,437.50
53,316.20
52,912.00
54,976.20
58,400.00
5925.00 $1,850.00
5159.94 $319.88
5190,823.78
ROLLING HILLS AT MISSOURI CREEK DRAINAGE
ITEM SPEC. EST.
NO. REF DESCRIPTION UNIT QTY
Fochtman Enterprises
UNIT
PRICE TOTAL
I 111 Roadway Construction Control LS 1
2 112 Trench and Excavation Safety Systems LS 1
3 204 4" Topsoil Placement (Yard Areas) SY 350
4 301 24 -inch Corrugated Metal Pipe (CMP) LF 30
5 301 30- inch Corrugated Metal Pipe (CMP) LF 16
6 302 Drop Inlet EA 2
7 302 Drop Inlet Extension (4 Ft) EA 12
8 306 Native Stone Rip Rap (1501b) SY 225
9 403 Asphalt Concrete Hot Mix Binder TN 85
Course (6 inch)
10 403 Asphalt Concrete Hot Mix Surface TN 52
Course (3 inch)
11 501 Concrete Curb & Gutter LF 200
12 502 6' Concrete Sidewalk (4") SY 120
13 504 Concrete Headwalls EA 2
14 504 Concrete Retaining Walls LF 35
15 504 Concrete Wing Walls LF 25
16 505 Seeding & Mulching AC 0,2
17 505 Solid Sod SY 350
18 507 4" White or Yellow Pvmt Marking LF 300
(Thermoplastic)
19 509 Erosion Control LS 1
20 510 Traffic Control and Maintenance LS 1
21 511 Mobilization LS 1
22 515 Steel Pedestrian Handrail (Type I) LF 125
23 517 Tree Protection Fencing LF 180
24 SP -1 Concrete Box Culvert (Triple 9' x 3.5') LS 1
25 SP -2 Clearing, Grubbing, Demolition, and LS 1
Unclassified Excavation
26 SP -3 Split Steel Encasement Pipe (16") LF 20
27 W1 -1.8A 6" PVC C900 (DR 14) Water Line LF 80
28 W1 -1.8B 6"x6" Tapping Sleeve and Valve w/Box EA 2
29 W1 -1.8C Compact Mechanical Joint Ductile Iron LB 750
Fittings
30 W1 -1.8D Cut and Cap Existing 6" Main EA 2
31 W1 -1.8E 6" Service Saddle, 1" Corp Stop and Tap EA 2
(for testing)
$1,700.00
5750.00
S3.00
350.00
$65.00
54,100.00
5600.00
530.00
582,00
51,700.00
5750.00
$1,050.00
51,500.00
51,040.00
58,200.00
57,200.00
56,750,00
$6,970.00
594.00 54,888.00
$11.00
544.00
$4,700.00
$175.00
5170.00
$3,000.00
54.00
59.00
53,800.00
54,100.00
55,300.00
$78.00
55.00
574,900.00
$11,000.00
5140.00
550.00
51,900.00
56.00
52,200.00
55,280.00
59,400.00
56,125.00
$4,250.00
5600.00
$1,400.00
$2,700.00
53,800.00
54,100.00
55,300.00
59,750.00
5900.00
'574,900.00
511,000.00
52,800.00
S4,000.00
53,800.00
$4,500.00
5700,00 51,400.00
$300.00 5600.00
5198,853.00
Seven Valley Construction
UNIT
PRICE TOTAL
52,180.00
5500.00
$7.30
$116.00
$125.00
53,500.00
5560.00
549.00
$151.00
52,180, 00
5500.00
52,555.00
53,480.00
$2,000,00
$7,000.00
$6,720.00
511,025,00
512,835.00
5106.45 $5,535,40
515.70
530.00
51,800.00
5150.00
5150.00
55,330.00
54.08
58.16
53,000.00
55,000.00
$30,000.00
339.00
510.00
$ 70,400,00
54,000,00
5150.00
$30.00
51,830.00
56.00
53,140.00
$3,600.00
53,600.00
55,250.00
53,750.00
51,066.00
$1,428.00
$2,448.00
53,000.00
55,000.00
530,000,00
54,875,00
$1,800.00
$70,400.00
$4,000.00
53,000.00
$2,400.00
53,660.00
54,500.00
5500.00 51,000.00
$200.00 $400.00
5212,147,40
Goodwin & Goodwin
UNIT
PRICE TOTAL
53,000.00
$1,000.00
56.00
545.00
550.00
$4,000.00
5350.00
525.00
$105.00
53,000.00
$1,000.00
$2,100.00
51,350,00
5800.00
58,000.00
54,200.00
55,625.00
58,925.00
5125.00 56,500.00
518.00
565.00
512,000.00
5300.00
5300.00
52,500.00
56.00
53.00
$2,000.00
$8,000.00
56,000.00
580.00
$6.00
$75,000.00
$3,000.00
5100.00
523.00
52,500.00
$6.00
53,600.00
57,800.00
S24,000.00
$10,500,00
$7,500.00
$500.00
52,100.00
$900.00
52,000.00
58,000.00
56,000.00
$10,000.00
$1,080.00
575,000.00
$3,000.00
$2,000.00
51,840,00
55,000.00
$4,500.00
51,000.00 52,000.00
$300.00 5600.00
5219,420.00
NEC Inc
UNIT PRICE TOTAL
51,880.00
54,690.00
$9.40
$48.30
566,60
$4,500.00
5705.00
546.30
$93.90
$1,880,00
54,690.00
$3,290.00
$1,449.00
51,065.60
59,000.00
58,460.00
510,417.50
57,981.50
$120.00 $6,240.00
518.40
530.90
55,300,00
5200.00
5170.00
51,760.00
51.70
$9.10
$2,510.00
54,820.00
52,490.00
$34,30
$2.00
$ 76,490.00
521,130.00
5140.00
540.50
53,600.00
$5,90
53,680.00
53,708.00
510,600.00
57,000,00
54,250,00
$352,00
5595.00
52,730.00
52,510.00
54,820.00
52,490.00
54,287.50
5360.00
$76,490.00
$21,130.00
$2,800,00
53,240.00
57,200,00
$4,425.00
$555.00 51,110.00
$860.00 $1,720.00
$219,971.10
ROLLING HILLS AT MISSOURI CREEK DRAINAGE
ITEM SPEC.
NO. REF DESCRIPTION
EST.
UNIT QTY
Mobley Contractors
UNIT
PRICE TOTAL
1 111 Roadway Construction Control LS l
2 112 Trench and Excavation Safety Systems LS l
3 204 4" Topsoil Placement (Yard Areas) SY 350
4 301 24 -inch Corrugated Metal Pipe (CMP) LF 30
5 301 30- inch Corrugated Metal Pipe (CMP) LF 16
6 302 Drop Inlet EA 2
7 302 Drop Inlet Extension (4 Ft) EA 12
8 306 Native Stone Rip Rap (1501b) SY 225
9 403 Asphalt Concrete Hot Mix Binder TN 85
Course (6 inch)
10 403 Asphalt Concrete Hot Mix Surface TN 52
Course (3 inch)
11 501 Concrete Curb & Gutter LF 200
12 502 6' Concrete Sidewalk (4") SY 120
13 504 Concrete Headwalls EA 2
14 504 Concrete Retaining Walls LF 35
15 504 Concrete Wing Walls LF 25
16 505 Seeding & Mulching AC 0.2
17 505 Solid Sod SY 350
18 507 4" White or Yellow Pvmt Marking LF 300
(Thermoplastic)
19 509 Erosion Control LS 1
20 510 Traffic Control and Maintenance LS 1
21 511 Mobilization LS 1
22 515 Steel Pedestrian Handrail (Type I) LF 125
23 517 Tree Protection Fencing LF 180
24 SP -1 Concrete Box Culvert (Triple 9' x 3.5') LS 1
25 SP -2 Clearing, Grubbing, Demolition, and LS 1
Unclassified Excavation
26 SP -3 Split Steel Encasement Pipe (16") LF 20
27 W1 -1.8A 6" PVC C900 (DR 14) Water Line LF 80
28 W1 -1.8B 6"x6" Tapping Sleeve and Valve w/Box EA 2
29 WI -1.8C Compact Mechanical Joint Ductile Iron LB 750
Fittings
30 W1 -1.8D Cut and Cap Existing 6" Main EA 2
31 WI -1.8E 6" Service Saddle, 1" Corp Stop and Tap EA 2
(for testing)
522,069.59
8590.85
58.50
$54.36
578.38
84,644.14
5574.83
537.91
$86.35
$22,069.59
5590.85
$2,975.00
$1,630,80
51,254.08
59,288.28
56,897,96
58,529.75
$7,339.75
5109.59 $5,698.68
524.10
537.54
5832.05
8109.45
5321.44
59,104.06
52,95
58.40
53,322.80
55,060.25
$6,637.59
$63.00
$2.13
566,762.51
$19,657.46
$299.77
$62.17
$1,453.51
$1.7€
54,820.00
$4,504.80
51,664.10
53,830.75
58,036,00
81,820.81
$1,032.50
52,520.00
53,322.80
55,060,25
56,637.59
57,875.00
5383.40
566,762.51
519,65 7.46
$5,995.40
54,973.60
$2,907,02
51,282.50
5925.76 51,851.52
$1,253.28 52,506.56
8223,719.31
Bid
5226,554.31
Greer Excavating
UNIT
PRICE TOTAL
$5,000.00
$1,000.00
58.00
576.66
$193.75
85,000.00
51,166.66
524,44
$94.12
85,000,00
$1,000,00
52,800.00
$2,299.80
53,100,00
$10,000.00
513,999.92
$5,499.00
$8,000.20
5115.38 $5,999.76
518.00
566.66
53,000.00
8130.00
580.00
85,000,00
510.00
$6.00
$2,000.00
$4,000.00
$13,000.00
$108.00
815.00
$100,000.00
$45,000.00
555.00
$25.00
$2,000,00
52.75
53,600.00
$7,999,20
56,000.00
84,550.00
$2,000,00
51,000,00
53,500.00
5€,800.00
52,000.00
54,000.00
513,000.00
513,500,00
$2,700.00
$100,000.00
545,000.00
51,100.00
52,000.00
$4,000.00
52,062.50
$500.00 51,000.00
$125.00 5250.00
$278,760.38
Bid
5278,761.66
-$2,835.00
Total Site Development
UNIT
PRICE TOTAL
515,000.00
52,300.00
53.30
$40.00
$45.50
52,200.00
5700.00
531.00
595,00
515,000,00
$2,300.00
51,155.00
$1,200.00
$728.00
84,400.00
58,400.00
56,975.00
$8,075.00
$120.00 $6,240.00
811.00
524.50
54,300.00
$280.00
5285,00
54,000.00
53.00
59.00
$8,500.00
$3,200.00
512,500.00
5112.25
83.00
580,500.00
52,300.00
5175.00
$23.85
83,200.00
512.00
52,200.00
52,940.00
58,600.00
89,800.00
57,125.00
8800.00
51,050.00
$2,700.00
88,500.00
53,200.00
512,500.00
$14,031.25
8540.00
$80,500.00
52,300.00
53,500.00
81,908.00
$6,400.00
59,000.00
5650.00 51,300.00
5265.00 $530.00
$233,897,25
Jimmy Jones Excavation
UNIT PRICE TOTAL
$2,750.00
5275,00
522.00
$65.00
$83.00
$8,200.00
5715,00
555.00
5100,00
$2,750.00
5275.00
57,700.00
$1,950.00
$1,328.00
516,400.00
58,580.00
512,375.00
58,500.00
$110.00 $5,720,00
815.40
538.00
53,850.00
8120,00
5275,00
511,000,00
511.00
$9.00
$2,750.00
515,750.00
$7,700.00
$77,00
85.50
$125,400.00
$39,000.00
8125.00
588.00
$3,000.00
$13.50
53,080.00
54,560.00
57,700.00
54,200.00
86,875,00
52,200.00
53,850,00
52,700.00
52,750,00
515,750.00
57,700.00
$9,625.00
$990.00
5125,400.00
539,000.00
$2,500.00
$7,040.00
$6,000.00
510,125.00
51,650.00 $3,300.00
$875.00 $1,750.00
$332,673.00
1
1
1
1
1
1
1
1
1
1
1 MISSOURI CREEK AT ROLLING HILLS
1
1
1
1
1
1
1
1
Prosect Manual
aye evale
CITY OF FAYETTEVILLE
ARKANSAS
D1OVE DRAINAGE IMPROVEMENTS
BID # 09-22
Date: February, 2009
MISSOUR CREAK AT
ROLLING HILLS
SPEC'S.# I
I
[]
TABLE OF CONTENTS
1 Contract Title: MISSOURI CREEK AT
T 7 ROLLILNG HILLS DRIVE DRAINAGE
ave evi e IMPROVEMENTS
ARKANSAS
CONTRACT DOCUMENTS
INTRODUCTORY INFORMATION
00010 TABLE OF CONTENTS 00010-1 of 2
00100 BID SOLICITATION
00120 INVITATION TO BID 00120-1 of 2
00200 INSTRUCTIONS TO BIDDERS 00200-1 of 10
1 00400 BID FORMS AND SUPPLEMENTS
00400 BID FORM 00400-1 of 8
100410 BID BOND 00410-1 of 2
00430 LIST OF SUBCONTRACTORS 00430-1 of 1
00500 AGREEMENT FORM 00500-1 of 10
00550 NOTICE TO PROCEED 00550-1 of 2
00600 BONDS AND CERTIFICATES
00610 PERFORMANCE BOND 00610-1 of 3
00611 LABOR AND MATERIAL PAYMENT BOND 00611-1 of 4
00700 CONTRACT GENERAL CONDITIONS 00700-1 of 51
00800 SUPPLEMENTARY CONDITIONS 1 of I
PREVAILING WAGE DETERMINATION 1 of 3
1 29 CFR Part 1926 Subpart P, OSHA Standards 366 - 403
DIVISION 1 - GENERAL REQUIREMENTS
01110 SUMMARY OF WORK 01110-1 of 3
01250 CONTRACT MODIFICATION PROCEDURES 01250-1 of 2
01270 UNIT PRICES 01270-1 of 2
• 01290 PAYMENT PROCEDURES 01290-1 of 2
01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 of 2
01325 CONSTRUCTION PHOTOGRAPHS 01325-1 of 4
01420 DEFINITIONS AND STANDARDS 01420-1 of 3
01530 BARRIERS AND TEMPORARY CONTROLS 01530-1 of 6
01560 TEMPORARY UTILITIES AND FACILITIES 01560-1 of 8
[Ti
City of Fayetteville 00010- 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
TECHNICAL SPECIFICATIONS
SPECIAL PROVISIONS
SECTION SP -1 REINFORCED BOX CULVERT (TRIPLE 3.5' X 9') SP1-1 of 2
SECTION SP -2 CLEARING, GRUBBING, DEMOLITION, &
UNCLASSIFIED EXCAVATION SP2-1 of!
SECTION SP -3 SPLIT STEEL ENCASEMENT PIPE SP3-1 of 3
STANDARD SPECIFICATIONS FOR STREET AND DRAINAGE CONSTRUCTION
DIVISION 100. GENERAL PROVISIONS
ST -5
DIVISION 200. EARTHWORK
ST -55
DIVISION 300. STORM DRAINAGE
ST -68
DIVISION 400. BASE AND PAVING
ST -81
DIVISION 500. MISCELLANEOUS CONSTRUCTION
ST -96
DIVISION 600. MATERIALS
ST -130
WATER SYSTEM SPECIFICATIONS
SECTION W-1 WATER SYSTEM MEASUREMENT AND PAYMENT W1-1
WATER LINE STANDARD SPECIFICATIONS
PART A, GENERAL REQUIREMENTS 1
PART B, MATERIALS 8
PART C, CONSTRUCTION METHODS 18
APPENDIX A WATER SHUT DOWN AND BOIL ORDERS FOR CONTRACTOR WORK
END OF DOCUMENT
City of Fayetteville 00010- 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
i
DOCUMENT 00120 - INVITATION TO BID
n
Li
I
L
I
1
I
fl
I
LI
1
Invitation to Bid
City of Fayetteville, Arkansas
Bid 09-22, Missouri Creek at Rolling Hills Drive Drainage Improvements
Contract Name: MISSOURI CREEK AT ROLLING HILLS DRIVE DRAINAGE
IMPROVEMENTS
City of Fayetteville Bid Number: 09-22
Advertising Dates: 2/23/09 and 3/2/09
The Contract includes, but is not limited to:
Installation of a 62 LF of a triple 9'x3.5' reinforced box culvert on Missouri Creek at Rolling
Hills Drive, including approximately 225 SY of Asphalt Concrete Hot Mix street repair, 110 LF
of Curb and Gutter, 100 SY of concrete sidewalk, 45 LF of 24-30" Reinforced Concrete Pipe, 65
LF of 6" PVC water line, and miscellaneous related items.
Sealed bids will be received by the City of Fayetteville (City), Arkansas until 2:00 PM, Central
Standard Time, Tuesday, March 10, 2009. 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. Bids shall be received at the following location:
City of Fayetteville, Purchasing Division
Room 306 - City Hall
113 West Mountain Street
Fayetteville, Arkansas 72701
Copies of the Bid Documents may be obtained for bidding purposes from The City of
Fayetteville at a purchase price of $50.00 for each set (one (1) copy of Project Manual, and one
(1) set of Contract Drawings.
Bid Documents may be obtained at the following Issuing Office:
City of Fayetteville
Engineering Division
125 W. Mountain St.
Fayetteville, AR 72701
(479 575-8206
Bid documents may be EXAMINED ONLY at the following location listed below:
City of Fayetteville 00120 -
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00120 -- INVITATION TO BID (continued)
Northwest Arkansas Planning Room
103-A Apple Blossom Road
Lowell, AR 72745
(479)750-7704; Fax (479)750-7709
NO REFUND of payment will be made and no partial sets will be issued. No half size set will
be sold or issued prior to bid opening.
Bidders shall be qualified to do business and licensed in accordance with all applicable laws of
the state and local governments where the Project is located.
Bid security in the form of a certified or bank cashier's check or a Bid Bond in the amount of
five percent (5%) shall accompany each Bid in accordance with the Instructions to Bidders.
The Bid shall be conditioned upon compliance with all applicable labor related requirements
including the regulations and stipulations concerning equal employment opportunity, minority
manpower utilization, affirmative action requirements, and minimum wage rates.
The City reserves the right to reject any or all Bids and to waive irregularities therein, and all
Bidders shall agree that such rejection shall be without liability on the part of the City for any
damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek
any recourse of any kind against the City because of such rejections. The filing of any Bid in
response to this invitation shall constitute an agreement of the Bidder to these conditions.
"Pursuant to Ark. Cod Annotated 22-9-203", the City of Fayetteville encourages all qualified
small, minority and women services, and construction. Also, City of Fayetteville encourages all
general contractors to subcontract portions of their contract to qualified small, minority, and
women business enterprises."
CITY OF FAYETTEVILLE
By: Andrea Foren, CPPB
Title: Purchasing Agent
END OF DOCUMENT 00120
City of Fayetteville 00120 - 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
r
DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS:
i
I
i]
I
1
it
I.
I
I
1
I
I
I
ARTICLE I - INTRODUCTORY INFORMATION
1.01 DEFINED TERMS:
A. Terms used in these Instructions to Bidders and which are defined in the GENERAL
CONDITIONS, have the meanings assigned to them in the GENERAL
CONDITIONS.
B. Bid Documents shall include the following:
1. Bidding Requirements:
a. Invitation to Bid.
b. Instructions to Bidders.
c. Bid Form.
d. Bid Bond.
2. Contract Forms:
a. Agreement Between Owner and Contractor.
b. Performance Bond.
c. Labor and Material Payment Bond.
3. Contract Conditions:
a. General Conditions.
b. Supplementary Conditions.
4. Specifications.
5. Drawings.
6. Addenda issued prior to receipt of Bids.
C. Certain additional items used in these Instructions to Bidders have the meanings
indicated below which are applicable to both the singular and plural thereof.
1. Bidder — one who submits a Bid directly to Owner as distinct from a sub -
bidder, who submits a Bid to a Bidder.
2. Issuing Office — the office from which the Bid Documents are to be issued
and where the bidding procedures are to be administered.
3. Successful Bidder — the lowest, responsible, and responsive Bidder to whom
Owner on the basis of Owner's evaluation as hereinafter provided makes an
award.
1.02 COPIES OF BID DOCUMENTS:
A. Complete sets of the Bid Documents in the number and for the purchase sum stated
in the Invitation to Bid, may be obtained from the Issuing Office.
B. Complete sets of Bid Documents shall be used in preparing Bids; neither Owner, nor
Engineer assume any responsibility for errors or misinterpretations resulting from the
use of incomplete sets of Bid Documents.
C. Owner and Engineer in making copies of Bid Documents available on the above
terms do so only for the purpose of obtaining Bids on the Work and do not confer a
license or grant for any other use.
City of Fayetteville 00200 —
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued)
1.03 QUALIFICATION OF BIDDERS:
I
A. Prequalification statements are not required. Owner will, however, evaluate the
Bidder's qualifications following the opening of Bids. Evaluation criteria considered
will include, but not be limited to:
1. Experience and performance records on similar work.
2. Financial responsibility.
3. Ability to supply construction equipment and personnel to complete the
Work within the Contract Time.
4. Evidence of Bidder to do business in the state where the Project is located, or
covenant to obtain such qualifications prior to award of the Contract.
B. Bidders may be requested to submit financial statement and other information
relating to experience and financial responsibility after bids are received and before
awarding a contract.
C. Only those Bids will be considered which are submitted by Bidders who show
satisfactory completion of work of type and size comparable to the Work required by
these Bid Documents.
i. A list of comparable projects, including pertinent information and
identification of the owners, shall be submitted with the Bid.
2. See ARTICLE 5 — AWARD OF CONTRACT herein for additional
requirements after opening of Bids.
D. For Federal -Aid Projects, Bidders are not required to be licensed in the State of
Arkansas at the time of bid. A Contractor's license must be secured by the successful
bidder before contracts are executed.
E. For all other projects, bidders must be licensed in the State of Arkansas and shall
provide their license number on the Bid Form. Failure to provide license number
shall result in a non -responsive Bid.
1.04 EXAMINATION OF CONTRACT DOCUMENTS AND SITE:
I
A. Before submitting a Bid, it is the responsibility of each Bidder:
1. To thoroughly examine the Contract Documents and other related data
identified in the Bid Documents (including "technical data" referred to
below).
2. To visit the Site to become familiar with and satisfy Bidder as to the general,
local, and Site conditions that may in any manner affect cost, progress, and
performance of the Work.
3. To consider federal, state, and local laws, ordinances, rules, and regulations
that may in any manner affect cost, progress, performance, and furnishing of
the Work.
4. To study and carefully correlate Bidder's knowledge and observations with
the Contract Documents and such other related data.
5. To promptly notify Engineer of all conflicts, errors, ambiguities, or
discrepancies which Bidder has discovered in or between the Contract
Documents and such other related documents.
B. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or
supplementary examinations, investigations, explorations, tests, studies, and data
City of Fayetteville 00200-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
i
DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued)
concerning conditions (surface, subsurface, and Underground Facilities) at or
contiguous to the Site or otherwise, which may affect cost, progress, performance,
and furnishing of the Work or which relate to any aspect of the means, methods,
techniques, sequences, or procedures of construction to be employed by Bidder,
including safety precautions and programs incident thereto or which Bidder deems
necessary to determine its Bid for performing and furnishing the Work in accordance
with the time, price, and other terms and conditions of the Contract Documents. This
shall include local shipping facilities and availability of lands if applicable.
C. In the preparation of the Contract Documents, neither reports of explorations nor tests
of any Hazardous Environmental Condition at the Site of the Work have been
prepared.
D. Access to the Site:
1. On request, Owner will provide each Bidder access to the Site to conduct
such examinations, investigations, explorations, tests, and studies as each
Bidder deems necessary for submission of his Bid. Bidder shall fill all holes,
clean up, and restore the Site to its former conditions upon completion of
such explorations, investigations, tests, and studies.
2. The lands upon which the Work is to be performed, rights -of -way, and
easements for access thereto and other lands designated for use by Contractor
in performing the Work are identified in the Contract Documents. All
additional lands and access thereto required for temporary construction
facilities, construction equipment, or storage of Materials and Equipment to
be incorporated in the Work are to be obtained and paid for by Contractor.
Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by Owner unless otherwise provided
in the Contract Documents.
3. Property owners affected by the Work are named on the Drawings where
known, but the accuracy of such ownership is not guaranteed. Bidders shall
verify and make their own arrangements with such property owners for any
access needed in connection with the preparation of Bids.
E. Subsurface Information:
1. Subsurface information has not been obtained at, or in the vicinity of, the Site
of the Work.
F. The submission of a Bid will constitute an incontrovertible representation by the
Bidder that he has complied with every requirement of this paragraph "Examination
of Contract Documents and Site," and that the Bid Documents arc sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for
performance and furnishing of the Work.
1.05 INTERPRETATIONS, MODIFICATIONS, AND ADDENDA:
A. Any Bidder who discovers ambiguities, inconsistencies, or errors or is in doubt as to
the meaning or intent of any part of the Bid Documents shall promptly request an
interpretation from Engineer. Interpretations or clarifications considered necessary by
City of Fayetteville 00200— 3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00200- INSTRUCTIONS TO BIDDERS: (continued)
Engineer in response to such requests will be issued by Addenda mailed or delivered
to all parties recorded by Engineer as having received the Bid Documents.
B. Addenda may also be issued to modify the Bid Documents as deemed advisable by
Owner or Engineer.
C. Because of the time required to publish and deliver, no Addenda will be issued within
the last 7 days before the date of opening Bids. However, an addendum that affects
the time, date or location of the bid opening may be issued as little as two (2) days
before the date of opening bids.
D. Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
1.06 PREBID CONFERENCE:
A prebid conference will not be held.
1.07 LABOR -RELATED REGULATIONS:
A. Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville encourages
all qualified minority and women business enterprises to bid on and receive contracts
for goods, services, and construction. Also, City of Fayetteville encourages all
general contractors to subcontract portions of their contract to qualified, small,
minority, and women business enterprises.
B. The Arkansas Department of Labor, by letter dated January 14, 2009, has determined
that the Arkansas Prevailing Wage Law shall apply. A copy of this letter is included
within these Contract Documents.
ARTICLE 2- BASIS OF BIDDING
2.01 SPECIFIED EQUIPMENT AND MATERIALS:
A. Substitutions will be considered only after the Effective Date of the Agreement and
as set forth in the GENERAL CONDITIONS and SECTION 01631.
2.02 INDIRECT COSTS:
A. Taxes:
1. All applicable sales, use, compensating, or other taxes to be paid or withheld
by Bidder, now imposed by any taxing authority, on Equipment and
Materials to be incorporated in the Work, and on any or all other cost items
entering into the Contract Price, shall be included in the Bid price.
2. The Bidder shall include all such taxes except those on Equipment and
Materials, if any, furnished by Owner or others, or exempted by the state, and
Bidder shall furnish taxing authorities any information or reports pertaining
thereto as required.
B. The cost of all construction licenses, building and other permits, and governmental
inspections required by public authorities for performing the Work, which are
City of Fayetteville 00200 —4
Missouri Creek at Rolling Hills Drive Drainage Improvements
i
I
1
I
1
I
I
I
i
I
I
I
1
I
DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued)
LI
I
I
1
1
I
I
I
I
I
I
1
applicable at the time Bids are opened and which are not specified to be obtained by
Owner, shall be included in the Bid price.
C. The cost of all royalties and license fees on Equipment and Materials to be furnished
and incorporated in the Work shall be included in the Bid price.
D. Tests, inspections, and related activities called for throughout the Bid Documents are
a responsibility of Contractor unless specified otherwise. The Bid shall include all
costs arising from such responsibility.
E. The cost of all electrical, water, gas, telephone, sanitary, and similar facilities and
services required by Contractor in performing the Work shall be included in the Bid
price unless specified otherwise.
2.03 SUBCONTRACTORS:
A. No Bid shall be based upon aggregate of Subcontractors performing more than 60
percent of the total Work.
B. The experience, past performance, and ability of each proposed Subcontractor will be
considered in the evaluation of Bids. Any Subcontractor so requested shall be
required to furnish experience statements prior to the Notice of Awards.
C. No Contractor shall be required to employ any Subcontractor, other person, or
organization against whom Contractor has reasonable objection. Owner or Engineer
may accept or reject Subcontractors in accordance with Paragraph 6.05 of the
GENERAL CONDITIONS.
2.04 CONTRACT TIMES:
A. The number of days within which, or the dates by which, the Work is to achieve
Substantial Completion and also final completion and be ready for final payment
shall be as stated in the Agreement.
B. Provisions for liquidated damages, if any, are as set forth in the Agreement.
ARTICLE 3- BIDDING PROCEDURE
3.01 PREPARATION OF BID:
A. One set of bound documents included with the purchased set of drawings and
specifications shall be used for the Bid.
B. The Bid Forms shall be filled out in detail in black ink and signed by the Bidder.
Forms shall not be removed from the bound document.
C. Bids by partnerships shall be executed in the partnership name and signed by a
partner whose title shall appear under his signature, and the official address of the
partnership shall be shown below the signature.
D. Bids by corporations shall be executed in the corporate name by the president or a
vice president (or other corporate officer accompanied by evidence of authority to
sign), and the corporate seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of incorporation shall be shown
below the signature.
City of Fayetteville 00200 — 5
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued)
E. Names of all persons signing shall be printed below their signatures.
F. A power of attorney shall accompany the signature of anyone not otherwise
authorized to bind the Bidder.
G. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
H. The address to which communications regarding the Bids are to be directed shall be
shown.
3.02 METHOD OF BIDDING:
A. Bids will be received on a Unit Prices basis as set forth in the Bid Form.
B. Firm Bids are required.
C. Schedule of Unit Prices:
I . The Bidder shall complete the "Schedule of Unit Prices" included in the Bid
(and shall accept all fixed Unit Prices listed therein.)
2. The total Bid price will be determined as the sum of the products of the
estimated quantity of each item and the Unit Price set forth in the "Schedule
of Unit Prices." The final Contract Price shall be subject to adjustment
according to final measured, used, or delivered quantities, and the Unit Prices
set forth in the "Schedule of Unit Prices" will apply to such final quantities
except that if quantities vary more than 25 percent above or below estimated
quantities, Unit Prices will be subject to change by Change Order.
3.03 SUBCONTRACTORS INFORMATION SUBMITTED WITH BID:
A. Bidders shall submit to Owner with the Bid, the List of Subcontractors contained in
the Project Manual as Document 00430, completed with names of all such
Subcontractors, Suppliers, and other persons and organizations proposed for those
portions of the Work for which such identification is required. The list shall be
supplemented by an experience statement with pertinent information regarding similar
projects and other evidence of qualification for each such Subcontractor, Supplier,
person, or organization, if requested by Engineer. If, after due investigation, Owner or
Engineer has reasonable objection to any proposed Subcontractor, Supplier, or other
person or organization, Owner may, before the Notice of Award is given, request the
apparent Successful Bidder to submit an acceptable substitute without an increase in
the Bid. If the apparent Successful Bidder declines to make any such substitution,
Owner may award the Contract to the next lowest Bidder that proposes to use
acceptable Subcontractors, Suppliers, and other persons and organizations. The
declining to make requested substitutions will not constitute grounds for sacrificing
the bid security of any Bidder. Any Subcontractor, Supplier, or other person or
organization listed and to whom Owner or Engineer does not make written objection
prior to the giving of the Notice of Award will be deemed acceptable to Owner and
Engineer subject to revocation as provided in Paragraph 6.05 of the General
Conditions.
3.04 MANUFACTURERS SUBMITTED WITH BID:
Not applicable.
City of Fayetteville 00200 —6
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I_______________________________
DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued)
I
3.05 FORMS TO BE SUBMITTED:
A. The following farms shall be completed and submitted with the Bid:.
1. DOCUMENT 00400 BID FORM
2. Bid Security as certified check, bank cashier's check, or Bid Bond
(DOCUMENT 00410)
3. DOCUMENT 00430, LIST OF SUBCONTRACTORS
1 3.06 BID SECURITY:
A.
Each Bid shall be accompanied by Bid security, payable to Owner, of the amount
stipulated in the Invitation to Bid.
B.
The required security shall be in the form of a certified or bank cashier's check or a
Bid Bond on the form prescribed by the AIA, Document A3 10, or on similar form
attached.
C.
Bid Bond shall be executed by a surety meeting the requirements set forth for "Surety
Bonds" in the GENERAL CONDITIONS.
•
D.
Bid security of the Successful Bidder will be retained until Bidder has executed the
Agreement and furnished the required surety Bonds as set forth in the GENERAL
CONDITIONS, whereupon Bid security will be returned. If the Successful Bidder
fails to execute the Agreement and furnish the surety Bonds within 15 days after the
date of Notice of Award, Owner may annul the Notice of Award, and Bid security of
that Bidder will be forfeited to Owner.
E.
The Bid security of any Bidder whom Owner believes to have a reasonable chance of
receiving the award may be retained by Owner until the earlier of 10 days after the
Effective Date of the Agreement and the required surety Bonds furnished, or the 9151
day after the Bid opening. Bid security of other Bidders will be returned within
10 days of the bid opening.
3.07 SUBMISSION OF BID:
A.
Bids shall be submitted at the time and place designated in the Invitation to Bid.
1
B.
Bid Documents with accompanying Bid security and other required information shall
be enclosed in an opaque sealed envelope marked with the following:
1. Project name.
2. Bid number.
3. Name and address of Bidder.
4. Contractor's license number (Not required for Federal Aid Projects).
C.
If the Bid is sent by mail or other delivery system, the sealed envelope shall be
enclosed in a separate envelope with the notation "Sealed Bid Enclosed" on the face
thereof.
I
City of Fayetteville 00200— 7
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
1
DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued)
3.08 MODIFICATION OR WITHDRAWAL OF BIDS:
A. Bids may be modified or withdrawn by an appropriate document duly executed (in
the manner that Bid must be executed) and delivered to the place where Bids are to
be submitted at any time prior to the opening of Bids.
B. If, within 24 hours after Bids are opened, any Bidder files a duly signed written
notice with Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the
preparation of his Bid, that Bidder may withdraw its Bid, and the Bid security will be
returned. Thereafter, that Bidder will be disqualified from further bidding on the
Work to be provided under the Contract Documents.
ARTICLE 4- OPENING OF BIDS
4.01 OPENING OF BIDS:
A. Bids will be opened and (unless obviously non -responsive) read aloud publicly at the
place where Bids are to be submitted. An abstract of the amounts of the base Bids
will be made available to Bidders after the opening of Bids.
B. All Bids shall remain open for a period of 90 days after Bids are opened, but Owner I
may, at his sole discretion, release any Bid and return the Bid security at any time
prior to that date.
ARTICLE 5- AWARD OF CONTRACT 1
5.01 OWNER's RIGHT TO REJECT BIDS:
I
A. Owner reserves the right to reject any or all Bids, including without limitation the
rights to reject any or all nonconforming, non -responsive, unbalanced, or conditional
Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the
best interest of the Project to make an award to that Bidder, whether because the Bid
is not responsive or the Bidder is unqualified or of doubtful financial ability or fails
to meet any other pertinent standard or criteria established by Owner. Owner also
reserves the right to waive all informalities not involving price, times, or changes in
the Work and to negotiate Contract terms with the Successful Bidder. (Discrepancies
between the multiplication of units of Work and Unit Prices will be resolved in favor
of the Unit Prices.) Discrepancies between the indicated sum of any column of
1
figures and the correct sum thereof will be resolved in favor of the correct sum.
Discrepancies between words and figures will be resolved in favor of the words.
B. All Bidders must agree that such rejection shall be without liability on the part of the
Owner nor shall the Bidders seek recourse of any kind against the Owner because of
such rejections. The filing of any Bid shall constitute an agreement of the Bidder to
these conditions.
I
5.02 EVALUATION OF BIDS:
A. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or
I
not the Bids comply with the prescribed requirements (and such Alternates, Unit
City of Fayetteville 00200 — 8
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
DOCUMENT 00200 - INSTRUCTIONS TO BIDDERS: (continued)
Prices) and other data, as may be requested in the Bid Form or prior to the Notice of
Award. Owner must accept Alternates in numerical order.
B. Owner may consider the qualifications and experience of Subcontractors, Suppliers,
and other persons and organizations proposed for those portions of the Work as to
which the identity of Subcontractors, Suppliers, and other persons and organizations
is requested per Paragraph 5.02E of this document.
C. Owner may conduct such investigations as he deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of the Bidders, proposed Subcontractors, and other persons and organizations
to perform and furnish the Work in accordance with the Contract Documents to
Owner's satisfaction within the prescribed time.
D. Owner reserves the right to reject the Bid of any Bidder who does not pass any such
evaluation to Owner's satisfaction.
E. Within 10 days after Bids are opened, and if requested by the Owner or the Engineer,
the apparent Successful Bidder, and any other Bidder so requested, shall submit
supplemental information including an experience statement with pertinent
information regarding similar projects and other evidence of qualification for each
such Subcontractor, Supplier, person, or organization, proposed by the Bidder for
consideration as specified in ARTICLE 3 paragraph 3.03 above. The use of
Subcontractors listed by Bidder (Document 00430) and accepted by Owner prior to
the Notice of Award will be required in the performance of the Work.
F. Within 10 days after the Bids arc opened, the apparent Successful Bidder, and any
other Bidder so requested, shall submit an itemized breakdown of any lump sum
portion of its Bid. This breakdown must include a separate item for each major
category of work and each major piece of equipment. This breakdown may or may
not be reflected in subsequent time schedule submittals.
G. The award of the Contract, if it is awarded, will be to the lowest, responsive,
responsible Bidder whose evaluation by Owner indicates to Owner that the award
will be in the best interest of Project and Owner.
5.03 NOTICE OF AWARD:
A. After considering the basis of award and evaluation of Bids, if the Contract is to be
awarded, Owner shall within 90 days after the date of opening Bids notify the
Successful Bidder of acceptance of his Bid (indicating which, if any, Alternate Bids
have been accepted).
ARTICLE 6- SIGNING OF AGREEMENT
6.01 When Owner gives Notice of Award to Successful Bidder, Engineer will issue the required
number of unbound, unsigned counterparts of the Agreement and other Contract Documents
to Successful Bidder.
6.02 Within 15 days thereafter, Contractor (Successful Bidder) shall sign all copies of the
Agreement leaving the dates blank, insert the properly executed Bonds, power of attorney
documents, and other required documents in the appropriate places, and deliver all copies to
Owner.
City of Fayetteville 00200 — 9
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
1
Li
DOCUMENT 002O0 -INSTRUCTIONS TO BIDDERS: (continued)
6.03 Within 10 days thereafter, Owner will execute all copies of the Agreement and insert the Date '
of Contract in the Agreement, Bonds, and power of attorney documents. Owner will provide
the executed Contract Documents to Engineer for binding and distribution as required. Each
duly executed counterpart will be accompanied by a complete set of Drawings with I
appropriate identification.
END OF DOCUMENT O0200
City of Fayetteville 00200— 10
Missouri Creek at Rolling Hills Drive Drainage Improvements
I /
I_________________
DOCUMENT 00400 -BID FORM
Contract Name: Missouri Creek at Rolling Hills Drive Drainage Improvements
Bid Number 09-22
BID TO:
Owner:
The City of Fayetteville, Arkansas
1
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
I
Bidder:
C QL-es,.t C SreLJQTTx:) 1 I� C
___ 433O
S��► Sar sGs tA4Ss 1 U.l
r,1q�5'5'I-oo2
(t��
IARTICLE 1 - INTENT
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform
and furnish all Work as specified or indicated in the Contract Documents for the Bid
the Bid time indicated in this Bid in
price and within and accordance with the other
terms and conditions of the Contract Documents.
ARTICLE 2- TERMS AND CONDITIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the
I
disposition of Bid security. This Bid will remain subject to acceptance for 90 days
after the day of Bid opening. Bidder will sign and deliver the required number of
counterparts of the Agreement with the Bonds and other documents required by the
Bidding Requirements within 15 days after the date of Owner's Notice of Award.
I
I
City of Fayetteville 00400 —
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00400 —BID FORM (continued)
ARTICLE 3- BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement,
that:
A. Bidder has examined and carefully studied the Bid Documents, and the
following Addenda, receipt of all which is hereby acknowledged:
Number
Date
B. Bidder has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws
and Regulations that may affect cost, progress, performance, and furnishing
of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of
subsurface conditions at or contiguous to the Site and all drawings of
physical conditions in or relating to existing surface or subsurface structures
at or contiguous to the Site; and (2) reports and drawings of a Hazardous
Environmental Condition, if any, at the Site. Bidder acknowledges that such
reports and drawings are not Contract Documents and may not be complete
for Bidder's purposes. Bidder acknowledges that Owner and Engineer do
not assume responsibility for the accuracy or completeness of information
and data shown or indicated in the Bid Documents with respect to
Underground Facilities at or contiguous to the Site.
City of Fayetteville 00400-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I_________________
DOCUMENT 00400 —BID FORM (continued)
E. Bidder has obtained and carefully studied (or assumes responsibility for
having done so) all such additional or supplementary examinations,
Iinvestigations,
explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, or furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
I
sequences, and procedures of construction to be employed by Bidder and
safety precautions and programs incident thereto.
F. Bidder does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of this
Bid for performing and furnishing of the Work in accordance with the times,
price, and other terms and conditions of the Contract Documents.
1 G. Bidder is aware of the general nature of work to be performed by Owner and
others at the Site that relates to Work for which this Bid is submitted as
indicated in the Contract Documents.
I
H. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports, and drawings identified
in the Contract Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities,
or discrepancies that Bidder has discovered in the Contract Documents, and
the written resolution thereof by Engineer is acceptable to Bidder.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the
Work for which this Bid is submitted.
K. This Bid is not in the interest behalf
genuine and made of or on of any
undisclosed person, firm, or corporation and is not submitted in conformity
1
with any agreement or rules of any group, association, organization, or
corporation; Bidder has not directly or indirectly induced or solicited any
City of Fayetteville 00400-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00400 —BID FORM (continued)
other Bidder to submit a false or sham bid; Bidder has not solicited or
induced any person, firm, or a corporation to refrain from bidding; and
Bidder has not sought by collusion to obtain for himself any advantage over
any other Bidder or over Owner.
L. Bidder will perform the Work in compliance with all applicable trench safety
standards set forth in Occupational Safety and Health Administration
(OSHA) Part 1926 — Subpart P — Excavations.
ARTICLE 4- BID PRICE
Bidder will complete the Work in accordance with the Contract Documents
for the following price(s):
ITEM SPEC.
ESTIMATED
NO. .REFERENCE
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
111
Roadway Construction
LS
1
Control'
`
112
Trench and Excavation Safety
LS
1
d�a
Systems
fco
,3 —DO,
204
.4" Topsoil Placement (Yard
SY
350
`Areas)
s_o
7J^
301
24 -inch Corrugated Metal
LF
30
Pipe (CMP)
1.W
0 C7
301
30- inch Corrugated Metal
LF
16
Pipe (CMP)
c,if
302
Drop Inlet
EA
2
•-
qoy
4?oa
302
Drop Inlet Extension (4 Ft)
EA
12
�T
IAA. 1 L;Ljo
306 Native Stone Rip Rap (1501b) SY 225
403 Asphalt Concrete Hot Mix TN
Binder Course (6 inch)
City of Fayetteville 00400-4
Missouri Creek at Rolling Hills Drive Drainage Improvements
W Ej, OD
85
_______ f6?7a I
I
I
I
I
DOCUMENT 00400 —BID FORM (continued)
I
ITEM SPEC.
ESTIMATED
NO. REFERENCE
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
403
Asphalt Concrete Hot Mix
TN
52
Surface Course (3 inch)
va
C4
0
S''$
501
Concrete Curb & Gutter
LF
200
Gd
I
502
6' Concrete Sidewalk (4")
SY
120
�o.-
600
504
Concrete Headwalls
EA
2
504
Concrete Retaining Walls
LF
35
l Zv.
57fO
504
Concrete Wing Walls
LF
25
'
e�
l 7D.
_____
505
Seeding & Mulching
AC
0.2
1
Op 0
505
Solid Sod
SY
350
If O
1
507
4" White or Yellow Pvmt
LF
300
Marking (Thermoplastic)
509
Erosion Control
LS
1
1, oo.
I oa
510
Traffic Control and
LS
I
Maintenance
I coo
I f'
511
Mobilization
LS
I
515
Steel Pedestrian Handrail
LF
125
*,
(Type 1)
sr
6 7f.
517
Tree Protection Fencing
LF
180
SP -1
Concrete Box Culvert (Triple
LS
1
SP -2
9' x 3.5')
Clearing, Grubbing,
LS
1
O ='
p O
�l a
Demolition, and Unclassified
Excavation
0 OO .
COO
'
SP -3
Split Steel Encasement Pipe
LF
20
(16")
O o.
OU
W1 -1.8A
6" PVC C900 (DR 14) Water
LF
80
�d
Line
I.
City of Fayetteville 00400 — 5
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00400 —BID FORM (continued)
ITEM SPEC. ESTIMATED
NO. REFERENCE DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
W1 -1.8B 6"x6" Tapping Sleeve and EA 2
Valve w/Box
W1 -1.8C Compact Mechanical Joint LB
Ductile Iron Fittings
W1 -1.8D Cut and Cap Existing 6" Main EA
W1 -1.8E 6" Service Saddle, 1" Corp EA
Stop and Tap (for testing)
.�o a
750
S. qi25
2
_J1Q a a
2 3?):'
r/yX
o
$ mo
TOTAL AMOUNT BID $ 1 3.S, O l _ -
ARTICLE 5- CONTRACT TIMES
5.01 Bidder agrees that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
ARTICLE 6- BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. .. Required Bid security in the form of a certified or bank cashier's check or a
Bid Bond and in the amount of
Dollars ($
B. A tabulation of Subcontractors and other persons and organizations required
to be identified in this Bid.
City of Fayetteville 00400 — 6
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DOCUMENT 00400 —BID FORM (continued)
ARTICLE 7- COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
TVJc-r'zea J
t�.o. Lady -X30
'a tiJc's ►Q.1C4A
Phone No. (±Tg) qL S1-Ac.x
FAX No. (t)
) S ,
ARTICLE 8- TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
SUBMITTED on 3 / 0 , 20 0 `l.
Arkansas State Contractor License No. 04370504
If Bidder is:
An Individual
Name (type or printed):
By: (SEAL)
(Individual's Signature)
Doing business as:
Business address:
Phone No.:
FAX No.:
City of Fayetteville 00400-7
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00400 —BID FORM (continued)
A Partnership
Partnership Name: (SEAL)
By:
(Signature of general partner — attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.: FAX No.:
A Corporation
•Corporation Name: L. ,.►STe-jc't3o Mc(SEAL)
State of Incorporation: 4t a 4scf
Type (General Business, Professional, Service, Limited Liability):
o V
By: �`� god �..aiM�r� /°r ♦x .We.+
(Signature -- attach evidence of authority to sign)
Name (type or printed):
Title: k>1LK T
(CORPORATE SEAL)
Attest: ttss��
(Signature of Corporate Secretary)
Business address: P. O_ F"" 83 O
SLL-QA*-.: >ftTJ(1SS '4
Phone No.: FAX No.:8) 4?- Rc -
END OF DOCUMENT 00400
City of Fayetteville 00400— 8
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
1
I
I
I
DOCUMENT 00410 -BID BOND
I
I
I
I
[-I
I
I
Li
I
I
I
I
1
I
I
Li
KNOW ALL MEN BY THESE PRESENTS: that we
as Principal, hereinafter called the Principal, and
a corporation duly organized under the laws of the State of
hereinafter called Surety, are held and firmly bound unto
City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
as Obligee, hereinafter called Owner, in the sum of
as Surety,
Dollars ($ ), for the payment of which
sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted a Bid for MISSOURI CREEK AT ROLLING HILLS
DRIVE DRAIANGE IMPROVEMENTS
NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter
into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or
Bonds as may be specified in the Bidding or Contract Documents with 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 Principal to enter such
Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not
to exceed the penalty hereof between the amount specified in said Bid and such larger amount for
City of Fayetteville 00410— 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00410 — BID BOND (continued)
which the Owner 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.
Signed and sealed this
PRINCIPAL
SURETY
day of 20_
ATTORNEY -IN -FACT
(This Bond shall be accompanied with
Attorney -in -Fact's authority from Surety)
END OF DOCUMENT 00410
City of Fayetteville 00410-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
(CORPORATE SEAL)
(CORPORATE SEAL)
I . THE AMERICAN INSTITUTE OF ARCHITECTS
1
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
(Here inter) full name and address or legal title of Contractor)
Ground Zero Construction, Inc.
I
P.O. Box 830, Siloam Springs, Arkansas 72761
as Principal hereinafter called the Principal, and
Employers Mutual Casualty Company niece insert full name and address or trial title of Surety)
P.O. Box 8550, Kansas City, Missouri 64114
I
a corporation duly organized under the laws of the State of Iowa
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Fayetteville, Arkansas (Here intent full name and address or legal title of Owner)
I
113 W. Mountain Street, Fayetteville, Arkansas 72701
as Obligee, hereinafter called the Obligee, in the sum of
Five Percent of Bid Amount Dollars C'5% ),
I
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
I
WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description Cl protect)
Missouri Creek at Rolling Hills Drive Drainage Improvements
Bid 09-22
1
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
I
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 Documents with 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.
Signed and sealed this 10th day of March, 2009
Ground Zero Construction. Inc.
(Principal) ...__ (Seal)
' T (Witness) V /111 dPa.f 7` w - .
(Tide)
I
I
Em to er usual Casualty Company
(Sure ) (Seal)
fitness)
orena Wise (Title) Attorney -In -Fact
AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y, AVE., N.W., WASHINGTON, D.C. 20006
MPrinted on Recycled Paper
9,93
/:EMC Insurance Companies N.• 83 0 299
P.O. Box 712 • Des Moines, IA 50306-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that;
'1.. Employers Mutual Casualty Company;.an Iowa Corporation 5. Dakota Fire Insurance'Company, a North Dakota Corporation
2. EMCASCO fnsurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an IowaCorporation
3. Union Insurance Company of Providence, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa' Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does by these presents, make, constitute and appoint:
TIMOTHY P. FARRELL, CAROLYN HUNTER, MICHAEL D. HALTER, SYLVIA A. YOUNG , KEVIN BRUICK, RANDY IRVIN, ALFRED L.
WILLIAMS;:DORENA WISE; CHARLES M. ALLEN, G. ROBERT SMITH, DALE E. TEMPLE, ROLFE KENNEDY, INDIVIDUALLY, LITTLE
'ROCK, ARKANSAS, .........................................." :...
its true and lawful attorney in fact, with full power and authority conferred to sign, seal, and execute its lawful:. bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ............................................ ........ ..... ..... ..... ($i0,00O,000.O0)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the doily authonzed.pfficers of each such Company and all'of
the acts of said attorney pursuant to the authority, hereby given are hereby ratified and confirmed.
The authority hereby granted shalFexpire _ APRIL 1, 2011 unless sooner revoked.
1
AUTHORITY FOR POWER OF ATTORNEY,
This Power -of -Attorney is made and executed pursuant to and - by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary. of Employers Mutual Casualty Company shall have power
'and authority to (1) appoint' attorneys in fact and authorize them to execute on behalf of each Company .and .attach the seal of the Company thereto, bonds and
undertakings, reeognizances; contracts' of Ineemmty"and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at any time and revoke
the power and authority given to him or her.'Attomeys-in-fact. shall have power and authority, subject to the terms and limitations of the power -of attorney issued to;them,
to execute and deliver on behalf of the Company and to attach the seat of the Company thereto, bonds and undertakings,. recognizances contracts of: indemnity, and
other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shalt be fully and in all respects
binding upon this Company. The facsimile or, mechanically signature of such officer, whether made. heretofore or. hereafter,' wherever. appearing upon a
certified copy of any power-of;attomey of the Company, shag be valid and binding upon the Company with the same force and affect as though. manuallyaffixedr..
IN WITNESS WHEREOF,, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
RTH day of , _20U8 . ....
• Seals Bruce G. Kelley, diairmanO S.. Birdsley
of Companies 2, 3, 4, 5 & 6; President,.. Assistant Secretary
• of Company 1; Vice Chairman and
SEAT ; p' • 1863 1953 . CEO of Company 7
o b
" • . ! 101"1.
rlQwa„P rre4pi,J r u,u.a
n
Li
On this 8TH day of OCTOBER AD 2009 before me a
Notary Public in and for the State .of Iowa, personally appeared ,Bruce G. Kelley and Jeffrey S.
Birdsley, who, being by me duly sworn, did say that they are, and are known tome to be the
w , SEAL ' - _ 6 SEAL ; y , SEAL c Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respeitively, of
each of The Companies above; that the seals affixed to this instrument are the seals of. said
* Iowa `' •'��rH opxo��. - !; Orr... corporations; that said instrument was signed and seated on behalf of each ,of -the Companies
"�• •'"` by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and
AJeffrey S. Birdsley, as such officers,: acknowledge the execution of said instrument to be the
uru1 s voluntary act and deed of each of. the Companies..
My Commission Expires September 30, 2009.
RUTA.KRUMINS
O lK�
Commission Number 176255 1� ► �.RAyr M�rr � .t
% \ : .,ply Comm.Exp. li 30.2009 NotaryPublic . in and for the State of Iowa:: '
.
CERTIFICATE
I, David L. Hixenbaugh,:Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the
Companies; and this Power of:Attorney.issued pursuant thereto on
on behalf of Timothy P, Farrell, Carolyn Hunter; Michael D. Halter, Sy
are true and correct and are still infuli force and effect. Wise, Charles M. Alk
In Testimony Whereof I have subscribed my name and affixed the facsimile sE
a A. Young; Kevin. Bruick,..Randy.-Irvin, Alfred L: Williams, Dorena
G. Robert Smith, Dale E. Temple, Rolfe. ennedy.
of each Company this jP.day of ., 3°C
Vice -President
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DOCUMENT 00430 — LIST OF SUBCONTRACTORS
In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits
the following names of Subcontractors to be used in performing the Work for MISSOURI CREEK AT
ROLLING HILLS DRAINAGE IMPROVEMETNS.
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work Subcontractor's Name Expected Percentage
and Address or Value
Excavation/Grading �Z4
Concrete
Class 7 ABC 4' %4
ACHM /2eC, C" r/c ro'J
Pavement Markings h7w�x��3 JI,JtuMJ
SWPPP/Erosion Control /4/ /4
Sewer Line 1.'
Water line ___
Other (designate)
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
Bidder's Signature
END OF DOCUMENT 00430
City of Fayetteville 00430— 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
1 10
N/A ≤z
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: MISSOURI CREEK AT ROLLING HILLS DRIVE DRAINAGE
IMPROVEMENTS
Contract No.:
THIS AGREEMENT isdatedasofthe_cjdayof4iiuL in the year 2009
by and between The City of Fayetteville, Arkansas and Ground Zero Construction, Inc.
(hereinafter called Contractor).
ARTICLE 1- WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
Installation of a 62 LF of a triple 9'x3.5' reinforced box culvert on Missouri Creek at Rolling
Hills Drive, including approximately 225 SY of Asphalt Concrete Hot Mix street repair, 110 LF
of Curb and Gutter, 100 SY of concrete sidewalk, 45 LF of 24-30" Reinforced Concrete Pipe, 65
LF of 6" PVC water line, and miscellaneous related items.
ARTICLE 2- ENGINEER
2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who
is hereinafter called Engineer. The Engineer assumes all duties and responsibilities,
and has the rights and authority assigned to Engineer in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
ARTICLE 3- CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
City of Fayetteville 00500 - 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 -- AGREEMENT (continued)
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 6Q calendar days after the
date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 90 calendar days
after the date when the Contract Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this
Agreement and that The City of Fayetteville will suffer financial loss if the
Work is not completed within the time specified above, plus any extensions
thereof allowed in accordance with the GENERAL CONDITIONS. The
parties also recognize the delays, expense, and difficulties involved in
proving the actual loss suffered by The City of Fayetteville if the Work is not
Substantially 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 One Hundred Fifty Dollars ($150.00) for each calendar day that
expires after the time specified above in Paragraph 3.02 for Substantial
Completion until the Work is Substantially Complete. After Substantial
Completion, if Contractor shall neglect, refuse, or fail to complete the
remaining Work within the time specified in Paragraph 3.02 for completion
and readiness for final payment or any proper extension thereof granted by
The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven
Hundred Fifty Dollars ($750.00) for each calendar day that expires after the
time specified for completion and readiness for final payment
ARTICLE 4- CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the prices bid in the Proposal (BID FORM) which is hereto
City of Fayetteville 00500-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
ARTICLE 5- PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A_ Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contracts Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
' established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
I. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
City of Fayetteville 00500-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
IDOCUMENT 00500 — AGREEMENT (continued)
I
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
Ia.
90% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
to The City of Fayetteville and Engineer, The City of
I
Fayetteville on recommendation of Engineer, may determine that
as long as the character and progress of the Work subsequently
remain satisfactory to them, there will be no additional retainage
on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion
will be an amount equal to 100% of the Work Completed less the
aggregate of payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work
I
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, The City of Fayetteville shall pay an
Iamount
sufficient to increase total payments to Contractor to 95% of
the Contract Price (with the balance being retainage), less such
'
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
I5.03
FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
I
I
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
' City of Fayetteville 00500-4
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 6- CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement. Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
I
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
I
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
City of Fayetteville 00500-5
Missouri Creek at Rolling Hills Drive Draii age Improvements
DOCUMENT 00500 — AGREEMENT (continued)
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
I. Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7- CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
City of Fayetteville 00500 -6
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00500 — AGREEMENT (continued)
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of
Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
MISSOURI CREEK AT ROLLING HILLS DRIVE DRAINAGE
IMPROVEMENTS
8. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
City of Fayetteville 00500-7
Missouri Creek at Rolling Hills Drive Drainage Improvements
IDOCUMENT 00500 -- AGREEMENT (continued)
I
ARTICLE 8- MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
I
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
1 8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
tContract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
I
or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
I
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
' 8.04 SEVERABILITY:
IA. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
I
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
I
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
I
City of Fayetteville 00500 -8
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00500 — AGREEMENT (continued)
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual
work are subject to the Arkansas Freedom of Information Act. If a Freedom
of Information Act request is presented to the City of Fayetteville, the
contractor will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
OTHER PROVISIONS: Not Applicable.
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two
counterparts each has been delivered to The City of Fayetteville. All portions of the Contract
Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or
identified by Engineer on their behalf.
I
This Agreement will be effective on 24, 2009, which is the
Effective Date of the Agreement.
GROUND ZERO CONSTRUCTION, INC CITY OF FAYETTEVILLE
By: 1f od Garr"
Title: rv1•dP.� T
(SEAL)
Attest
City of Fayetteville 00500-9
Missouri Creek at Rolling Hills Drive Drainage Improvements
£ •• G,� Y Cie• SG•fi%
FAYETTEVI LLE'
,,,mss-9,pkRN5p�
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices
Address for giving notices
P.O. BOX 830 113 West Mountain Street
Siloam Springs. Arkansas 72761 Fayetteville. Arkansas 72701
License No. 0148370509
Agent for Service of process
(If Contractor is a corporation,
attach evidence of authority to
sign.)
(attach evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Approved As to Form:
By:
Attorney For:
END OF DOCUMENT 00500
City of Fayetteville 00500- 10
Missouri Creek at Roiling Hills Drive Drainage Improvements
I
DOCUMENT 00550 — NOTICE TO PROCEED
TO: (Contractor)
' Contract Name/Title: MISSOURI CREEK AT ROLLING HILLS DRIVE DRAINAGE
IMPROVEMENTS
Contract No:
IOwner: City of Fayetteville, Arkansas
I
You are notified that the Contract Time(s) under the above Contract will commence to run on
, 20_. By that date, you are to start performing your obligations
I
under the Contract Documents. In accordance with the Agreement Between Owner and Contractor, the
date(s) of Substantial Completion and final completion ready for final payment are
20 and , 20_, respectively.
Before you may start any work at the Site, the General Conditions provide that you and Owner must each
deliver to the other, (with copies to Engineer and other identified additional insureds) certificates of
insurance, which each is required to purchase and maintain in accordance with the Contract Documents.
I
Also before you may start any work at the Site, you must submit the following:
1. Preliminary construction progress schedule.
' 2. Preliminary schedule of Submittals.
3. Satisfactory evidence of insurance in accordance with the requirements of the General
I
Conditions.
4. Temporary erosion control requireiments as specified.
5. Maintenance of Traffic as specified.
You are required to return an acknowledgement copy of this Notice to Proceed to the Owner.
IDated this day of , 20_
F
OWNER
City of Fayetteville 00550-1
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00550 - NOTICE TO PROCEED: (continued)
By_
Title
ACCEPTANCE OF NOTICE TO PROCEED
CONTRACTOR
By
Title
Date , 20
Copy to Engineer
(Use Certified Mail,
Return Receipt Requested)
END OF DOCUMENT 00550
City of Fayetteville 00550-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
Bond Number: S382615
DOCUMENT 00610— PERFORMANCE BOND:
KNOW ALL MEN BY THESE PRESENTS: that
Ground Zero Construction, Inc.
PO Box 830
Siloam Springs, AR 72761
as Principal, hereinafter called Contractor, and
Employers Mutual Casualty Compaq
PO Box 251510
Little Rock, AR 72225
as Surety, hereinafter called Surety, are held and firmly bound unto
City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
One Hundred Thirty Five Thousand
as Obligee, hereinafter called Owner, in the amount of Eighteen and no/100 "'... Dollars
($135,018.00 ), for the payment whereof Contractor and Surety bind themselves, their heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written Agreement dated , 20_, entered into a contract with
Owner for MISSOURI CREEK AT ROLLING HILLS DRAINAGE IMPROVEMENTS which
contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall
promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner
having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall
promptly:
City of Fayetteville . 00610 -
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00610 — PERFORMANCE BOND: (continued)
A. Complete the Contract in accordance with its terms and conditions, or
B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions,
and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects,
I
upon determination by the Owner and the Surety jointly of the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and make available as Work
progresses (even though there should be a default or a succession of defaults under the
I
contract or contracts of completion arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the Contract Price; but not exceeding, including other
Icosts
and damages for which the Surety may be liable hereunder, the amount set forth in the
first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph,
shall mean the total amount payable by Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by Owner to Contractor.
Any suit under this Bond must be instituted before the expiration of two years from the date on which
final payment under the Contract falls due.
1
No right of action shall accrue on this Bond to or for the use of any person or corporation other than the
Owner named herein or the heirs, executors, administrators, or successors of the Owner.
Signed and sealed this 11th day ofmay 20 09 .
ICONTRACTOR
CORPORATE SEAL)
Ground Zero Construction, Inc.
By 1(0/4, v�
I_______________
F
II
I
City of Fayetteville 00610-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
L
DOCUMENT 00610 - PERFORMANCE BOND: (continued)
SURETY COUNTERSIGNED: Resident Agent
State of Arkansas
Em to ers Mutual Casual Com an
By
Dorena Wise
(This Bond shall be accompanied with
Attorney -in -Fact's authority from Surety)
END OF DOCUMENT 00610
CA
n/a
(CORPORATE SEAL)
Approved as to Form:
Attorncy for
City of Fayetteville 00610-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND:
This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and
faithful performance of the Contract.
KNOW ALL MEN BY THESE PRESENTS: that
Ground Zero Construction, Inc.
PO Box 830
Siloam Springs, AR 72761
as Principal, hereinafter called Contractor, and
Employers Mutual Casualty Company
PO Box 251510
Little Rock, AR 72225
as Surety, hereinafter called Surety, are held and firmly bound unto
City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the
amount of One Hundred Thirty Five Thousand Eighteen and no/100 Dollars
($ 135,018.00 ), for the payment whereof Principal and Surety bind themselves, their heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written Agreement dated , 20__, entered into a contract with
Owner for IWISSOURI CREEK AT ROLLING HILLS DRAINAGE IMPROVEMENTS which
contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall
promptly make payment to all claimants as hereinafter defined, for all labor and material used or
City of Fayetteville 00611 - 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00611— LABOR AND MATERIAL PAYMENT' BOND: (continued)
reasonably required for use in the performance of the Contract, then this obligation shall be void;
otherwise it shall remain in full force and effect, subject, however, to the following conditions:
A. A claimant is defined as one having a direct contract with the Contractor or with a
Subcontractor of the Contractor for labor, material, or both, used or reasonably required for
use in the performance of the Contract, labor and material being construed to include that part
of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment
directly applicable to the Contract.
B. The above named Contractor and Surety hereby jointly and severally agree with the Owner
that every claimant as herein defined, who has not been paid in full before the expiration of a
period of 90 days after the date on which the last of such claimant's work or labor was done
or performed, or materials were furnished by such claimant, may sue on this Bond for the use
of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly
due claimant, and have execution thereon. The Owner shall not be liable for the payment of
any costs or expenses of any such suit.
C. No suit or action shall be commenced hereunder by any claimant:
I
I
n
Unless claimant other than one having a direct contract with Principal, shall have
given written notice to any two of the following: the Contractor, the Owner, or the
Surety within 90 days after such claimant did or performed the last of the work or
labor, or furnished the last of the materials for which said claim is made, stating with
substantial accuracy the amount claimed and the name of the party to whom the
materials were furnished, or for whom the work or labor was done or performed.
Such notice shall be served by mailing the same by registered mail or certified mail,
postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any
place where an office is regularly maintained for the transaction of business, or
served in any manner in which legal process may be served in the state in which the
aforesaid Project is located, save that such service need not be made by a public
officer.
2. After the expiration of one year following the date on which Contractor ceased Work
on the Contract, it being understood, however, that if any limitation embodied in this
City of Fayetteville 00611 - 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
n
DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued)
Bond is prohibited by any Law controlling the construction hereof, such limitation
shall be deemed to be amended so as to be equal to the minimum period of limitation
permitted by such Law.
3. Other than in a state court of competent jurisdiction in and for the county or other
political subdivision of the state in which the Project, or any part thereof, is situated,
U
or in the United States District Court for the district in which the Project, or any part
thereof, is situated, and not elsewhere.
D. The amount of this Bond shall be reduced by and to the extent of any payment or payments
made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which
may be filed of record against said improvement, whether or not claim for the amount of such
lien be presented under and against this Bond.
Signed and sealed this 11th day of _ May 20 09 .
CONTRACTOR
Ground Zero Construction, Inc.
By /� ' " a.; r
SURETY
Employers Mutual Casualty Company
By 2iUAa
Dorena Wise
City of Fayetteville 00611-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
(CORPORATE SEAL)
COUNTERSIGNED: Resident Agent
State of Arkansas
M
I,
I
1
I
DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued)
ATTORNEY -IN -FACT (CORPORATE SEAL)
(This Bond shall be accompanied with
Attorney -in -Fact's authority from Surety)
END OF DOCUMENT 00611
City of Fayetteville 00611-4
Missouri Creek at Rolling Hills Drive Drainage Improvements
Approved as to Form:
Attorney for
EMC Insurance Companies • No.847524
P.Q. Box 712 • Des Moines, IA 50306-0712
,CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE' PRES'EN'TS, that:
1 Employers Mutual Casualty Company; an,Iowa 'Corporation 5. Dakota Fire Insurance Company,1a North Dakota Corporation
2. EMCASC(} Insurance Company, an Iowa.Corporation 6. EMC Pro&!Casua
3. Union Insurance Company of Providence, an Iowa Corporationparty by Company, an iovra Corporation
4. Illinois EMCASCO.fnsurance'Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred #aseveralty as "Company' and collectively as "Companies", each does, by these presents, make constitute and appoint;:
TIMOTHY P FARRELL:CAROLYN,HUNTER, MICHAEL D. HALTER, SYLVIA A. YOUNG .KEVIN BRUICK, RANDY'IRVIN, ALFRED L.
WILLIAMS,`DORENA WISE, CHARLES M. ALLEN, G. ROBERT SMITH, DALE E `TEMPLE, ROLFE KENNEDY. INDIVIDUALLY, LITTLE
ROCK, ARKANSAS'; ..... ..... ........
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ................................ ................ ....... ($10;000,000.00)
and to bind each Company thereby as fully and to the, same extent as if such instruments were signed by the duty auttiorized.officers of each such Company, and ,all of`
the acts of said attorney pursuant to the authority' hereby given are hereby ratified and confirmed.
The authority hereby granted shall; expire APRIL _1.201 2011 unless sooner revoked
AUTHORITY FOR POWER OF ATTORNEY,,,:;
This Power -of -Attorney: is made' and executed pursuant to and by the authority of the following resolution of the Boards, of Director's' of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1)appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity'and other writings obligatory in the nature thereof, and (2) to remove anysuch attorney -in -fact at any time and revoke
the power and authority given to him or her Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-ofattorney Issued to them
to execute and deliver on behalf of the Company and; to attach the seal of the Company thereto, bonds and undertakings,; recognizanees,contiacts of'indemnity ,and
other writings obligatory in the nature thereof, and any such Instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company.
Certification as to the'italidity of any power -of -attorney authorized herein made by an officer of Employers <Mutual Casualty ;Company shalt be fully and in all respects
binding upon this Company:: The facsimile or mechanically reproduced signature of such officer, whether made :heretofore or hereafter, wherever appearing upon a
certified copy of any power -of -attorney of the Company;shall be valid and binding upon the Company with the same force and affect as though manually affixed-
IN WITNESS WHERE0F,,the Companies have. caused these presents to be signed for each by their officers as:shown, and the Corporate seals to be hereto affixed this
8TH day of Y TORFR . 2008.. •p
Seals • Bruce G, Kelley, hairman J reyS: Birdsley
of Companies 2, 3, 4, 5 8 ; President Assistant Secretary
of Company 1; Vice Chairman and
a : SEAL , 1953 ' CEO of Company 7
?i• TDWP ,,ilfl
• On this BTHday of OCTOBER • AD 2008 before me a
Notary Public in and for the State of Iowa personally appeared Bruce G. Ketley and Jeffrey S.
Birdsley, who, being by me duty .sworn did say that. they are, andare known tome to be the
SEAL a SEAL z y SEAL = , Chairman, President, Vice. Chairman and CEO and/or Assistant Secretary; respectively, of
each of The Companies above •` that the seals aft1 od to this instrument`are the seats of said
•'' �, rowo + rh'GAY�ti ' ,�°OIN�5!�;.4 corporations; that said instrument was signedand sealed on behalf of each ' of the Companies
"�`�"" by authority of their respective Boards of Directors and that the said Bruce:,G. Kelley and
Jeffrey S. B rdsley, as such officers acknowledge the execution of said instrument to be the
J -A voluntary act and deed of each of the..Companies�My.Commission Expires September 30; 2009.. ,
..RUTAKRUMINS
Commission Number 176255fit Comm. Exp. Seat_30.2009 Notary.Pllb!ic in -and: for,the State of Iowa
CERTIFICATE
I, David L. Hixentiaiigh;.Vice President of.the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the , ;
Companies, and this Power of Attomey.Issued pursuant thereto on ,:OCTOBER 8, 2008
on behalf of Timothy P. Farrell, Carolyn. Hunter,: Michael D. Halter, Sylvia A. Young, Kevin Bruick,;Randy Irvin, Alfred L -Williams, Dorena
are true and correct and are still in.full:force and.effect. Wise, Charles M. Allen, G. Robert Smith, Dale*E Ter'nple Rolfe Kennedy
In Testimony Whereof I have subscribed my name and affixed the facsimile seat of each Company this .J= day of OD'_,
Vice -President
I
r
DOCUMENT 00700 - GENERAL CONDITIONS:
1
I
Li
TABLE OF CONTENTS
ARTICLE 1- DEFINITIONS AND TERMINOLOGY.......................................................1
1.01 CONTRACT DOCUMENTS' ............................................................................................ 1
1.02 DEFINITIONS' .................................................................................................................. 1
1.03 TERMINOLOGY:.............................................................................................................. 5
IARTICLE
2-
PRELIMINARY MATTERS..........................................................................5
2.01
DELIVERY OF BONDS:................................................................................................... 5
I
2.02
COPIES OF DOCUMENTS:.............................................................................................. 5
2.03
COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED' ..................... 5
I
2.04
STARTING THE PROJECT' ............................................................................................. 6
2.05
BEFORE STARTING CONSTRUCTION' .......................................................................6
I
2.06
2.07
PRECONSTRUCTION CONFERENCE' ..........................................................................
FINALIZING SCHEDULES:.............................................................................................
6
6
ARTICLE 3-
CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE...............6
3.01
INTENT:.............................................................................................................................
6
I
3.02
AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS:..........................
8
3.03
OWNERSHIP AND REUSE OF DOCUMENTS' .............................................................
8
ARTICLE 4-
AVAILABILITY OF LANDS; PHYSICAL CONDITIONS;
REFERENCE POINTS...................................................................................S
I
4.01
AVAILABILITY OF LANDS:...........................................................................................
8
4.02
UNFORESEEN SUBSURFACE CONDITIONS' .............................................................
8
4.03
4.04
PHYSICAL CONDITIONS - UNDERGROUND FACILITIES' ...................................... 9
REFERENCE POINTS' ............................................................
4.05
ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE
MATERIAL:.....................................................................................................................
10
'
ARTICLE 5-
5.01
BONDS AND INSURANCE.........................................................................11
PERFORMANCE AND OTHER BONDS: .
11
5.02
INSURANCE' ..................................................................................................................
l 2
I
City of Fayetteville 00700 TOC— 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
TABLE OF CONTENTS (continued)
ARTICLE 6-
CONTRACTOR'S RESPONSIBILITIES..................................................17
6.01
SUPERVISION AND SUPERINTENDENCE:...............................................................
17
6.02
LABOR, EQUIPMENT, AND MATERIALS:................................................................
18
6.03
ADJUSTING PROGRESS SCHEDULE.........................................................................
18
6.04
SUBSTITUTES OR "OR -EQUAL" ITEMS:...................................................................
19
6.05
CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................20
6.06
PATENT FEES AND ROYALTIES:...............................................................................21
6.07
PERM ITS:........................................................................................................................
22
6.08
LAWS AND REGULATIONS:.......................................................................................
22
6.09
TAXES:............................................................................................................................
22
6.10
USE OF PREMISES:........................................................................................................
22
6.11
RECORD DOCUMENTS:...............................................................................................
23
6.12
SAFETY AND PROTECTION:.......................................................................................
23
6.13
EMERGENCIES:.................................................................................................. ...........
24
6.14
SUBMITTALS:................................................................................................................
24
6.15
CONTINUING THE WORK:..........................................................................................25
6.16
INDEMNIFICATION:.....................................................................................................
25
ARTICLE7- OTHER WORK.............................................................................................26
7.01
RELATED WORK AT SITE:................................................................. ......................
... 26
7.02
COORDINATION:...........................................................................................................
27
1
ARTICLE 8-
OWNER'S RESPONSIBILITIES................................................................27
8.01
COMMUNICATIONS:....................................................................................................
27
8.02
CHANGE OF ENGINEER:...........................................................................
8.03
REQUIRED DATA:.........................................................................................................
27
8.04
LANDS AND EASEMENTS:..........................................................................................
27
8.05
INSURANCE:..................................................................................................................
27
8.06
CHANGE ORDERS:........................................................................................................
27
8.07
INSPECTIONS AND TESTS:.........................................................................................
28
8.08
STOPPING THE WORK' ................................................................................................
28
8.09
LIMITATIONS ON OWNER'S RESPONSIBILITIES:..................................................28
City of Fayetteville 00700 TOC— 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
J
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
TABLE OF CONTENTS (continued)
ARTICLE 9-
ENGINEER'S STATUS DURING CONSTRUCTION
I
9.01
.............................28
OWNER'S REPRESENTATIVE
28
:....................................................................................
9.02
VISITS TO SITE:.............................................................................................................
28
9.03
PROJECT REPRESENTATION:.....................................................................................
28
9.04
CLARIFICATIONS AND INTERPRETATIONS..........................................................29
9.05
AUTHORIZED VARIATIONS IN WORK:....................................................................
29
9.06
REJECTING DEFECTIVE WORK:................................................................................29
I
9.07
SUBMITTALS, CHANGE ORDERS, AND PAYMENTS:............................................
29
9.08
DETERMINATIONS FOR UNIT PRICES:....................................................................
29
I
9.09
9.10
DECISIONS ON DISPUTES:..........................................................................................
LIMITATIONS ON ENGINEER'S RESPONSIBILITIES:............................................
30
30
I
I
I
I
1
I
I
ARTICLE 10 - CHANGES IN THE WORK.........................................................................31
10.01 GENERAL:......................................................................................................... 31
ARTICLE 11 - CHANGE OF CONTRACT PRICE............................................................32
11.01 GENERAL:................................................................................................................. ...... 32
11.02 COST OF THE WORK:................................................................................................... 33
11.03 CONTRACTOR'S FEE:................................................................................................... 35
11.04 CASH ALLOWANCES:.................................................................................................. 36
11.05 UNIT PRICE WORK' ...................................................................................................... 36
11.06 RIGHT OF AUDIT:.......................................................................................................... 36
ARTICLE 12 - CHANGE OF CONTRACT TIMES............................................................37
12.01 GENERAL:....................................................................................................................... 37
ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS;
CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE
WORK............................................................................................................38
13.01
WARRANTY AND GUARANTEE:...............................................................................
38
13.02
ACCESS TO THE WORK:..............................................................................................
38
13.03
TESTS AND INSPECTIONS:.........................................................................................
38
13.04
DEFECTIVE WORK:......................................................................................................
39
13.05
UNCOVERING WORK:..................................................................................................
39
City of Fayetteville 00700 TOC— 3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
TABLE OF CONTENTS (continued)
13.06
OWNER MAY STOP THE WORK:................................................................................
40
13.07
CORRECTION OR REMOVAL OF DEFECTIVE WORK:...........................................40
13.08
TWO-YEAR WARRANTY AND CORRECTION PERIOD........................................40
13.09
ACCEPTANCE OF DEFECTIVE WORKS ......................
13.10
OWNER MAY CORRECT DEFECTIVE WORK:.........................................................41
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................42
42
14.01
SCHEDULE OF VALUES:..............................................................................................42
14.02
APPLICATION FOR PROGRESS PAYMENT:.............................................................42
14.03
CONTRACTOR'S WARRANTY OF TITLE:.................................................................
42
14.04
REVIEW OF APPLICATION FOR PROGRESS PAYMENT:......................................
42
14.05
SUBSTANTIAL COMPLETION :............................................. .....44
14.06
PARTIAL UTILIZATION:..............................................................................................
45
14.07
FINAL INSPECTION:.....................................................................................................
46
14.08
FINAL APPLICATION FOR PAYMENT:.....................................................................
46
14.09
FINAL PAYMENT AND ACCEPTANCE:....................................................................46
14.10
CONTRACTOR'S CONTINUING OBLIGATION:.......................................................47
14.11
WAIVER OF CLAIMS: The making and acceptance of final payment will constitute:.47
14.12
INTEREST: NOT APPLICABLE...................................................................................
47
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION...................................47
15.01
OWNER MAY SUSPEND WORK: ................................................................................
47
15.02
OWNER MAY TERMINATES ....................................................
48
15.03
CONTRACTOR MAY STOP WORK OR TERMINATE:.............................................49
ARTICLE 16 - RESOLUTION OF DISPUTES....................................................................49
16.01 RESOLUTION OF CLAIMS AND DISPUTES..............................................................49
ARTICLE 17 - MISCELLANEOUS......................................................................................50
17.01 GIVING NOTICES ........................................................................................................... 50
17.02 COMPUTATION OF TIME:........................................................................................... 50
17.03 CLAIMS, CUMULATIVE REMEDIES:.........................................................................50
City of Fayetteville 00700 TOC— 4
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS:
This document is based upon Engineers Joint Contract Documents Committee "Standard General I
Conditions of the Construction Contract," with modifications.
ARTICLE I- DEFINITIONS AND TERMINOLOGY 1
1.01 CONTRACT DOCUMENTS:
1. The Contract Documents establish the rights and obligations of the parties
and shall consist of the documents listed in DOCUMENT 00500,
AGREEMENT.
B. Reports and drawings of subsurface and physical conditions and approved Submittals
by Contractor are not Contract Documents.
C. Only printed or hard copies of items listed in subparagraph 1.01 A are Contract
Documents. Files in electronic media format of text, data, graphics, and the like that
may be furnished by Owner to Contractor are not Contract Documents.
1.02 DEFINITIONS:
1
A. Wherever used in these General Conditions or elsewhere in the Contract Documents,
the following terms have the meanings indicated below, which are applicable to both
the singular and plural thereof:
I.
"Addenda" - written or graphic changes or interpretations of the Contract
Documents issued by Owner prior to the opening of Bids.
2.
"Agreement" - the written agreement between Owner and Contractor
covering the Work to be performed; other Contract Documents are attached
to the Agreement and made a part thereof as provided therein.
3.
"Application for Payment" - the form acceptable to Engineer which is to be
used by Contractor during the course of the Work in requesting progress and
final payments and which is to be accompanied by such supporting
documentation as is required by the Contract Documents.
4.
"Asbestos" - any material that contains more than 1% asbestos and is friable
or is releasing asbestos fibers into the air above current action levels
established by the United States Occupational Safety and Health
Administration.
5.
"Bid" - the formal offer of the Bidder submitted on the prescribed Bid Form
together with the required Bid security and all information submitted with the
Bid that pertains to performance of the Work.
6.
"Bidder" - any person, firm, or corporation submitting a Bid for the Work or
their duly authorized representatives.
7.
"Change Order" - a written document signed by Owner and Engineer
authorizing an addition, deletion, or revision in the Work, or an adjustment in
the Contract Price or the Contract Time issued on or after execution of the
Agreement.
8.
"Contract Drawings" - drawings and other data designated as Contract
Drawings prepared by Engineer for this Contract which show the character
and scope of the Work to be performed and are referred to in the Contract
Documents.
9.
"Contract Price" - the total monies payable to Contractor under the Contract
Documents as stated in the Agreement.
City of Fayetteville 00700 — 1 t
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
DOCUMENT 00700 -- GENERAL CONDITIONS: (continued)
I
i
A
1
1
I
.1
I
I
11,
i
[1
I
I
10. "Contract Times" - the number of days or the dates stated in the Agreement
to: (i) achieve Substantial Completion; and (ii) complete the Work so that it
is ready for final payment as evidenced by Engineer's written
recommendations of final payment.
11. "Contractor" - the person, firm or corporation with whom Owner has entered
into the Agreement.
12. "Date of Contract", "Effective Date of the Agreement" - the date indicated in
the Agreement on which it becomes effective, but if no such date is indicated
it means the date on which the Agreement is signed and delivered by the last
of the two parties to sign and deliver.
13. "Engineer" or "Engineer -Architect" - Architect, engineer, or other licensed
professional who is either employed or has contracted with Owner to serve in
a design capacity and whose consultants, members, partners, employees, or
agents have prepared and sealed the Drawings and Specifications.
14. "Engineer's Consultant" - an individual or entity having a contract with
Engineer to furnish services as Engineer's independent professional associate
or consultant with respect to the Project.
15. "Equipment" - a product with operational or nonoperational parts, whether
motorized or manually operated, that requires service connections, such as
wiring or piping.
16. "Field Order" - a written order issued by Engineer which orders minor
changes in the Work in accordance with Paragraph 9.05 but which does not
involve a change in the Contract Price or the Contract Times.
17. "General Requirements" - Sections of DIVISION 1 of the Specifications.
The General Requirements pertain to all sections of the Specifications.
18. "Hazardous Waste" - the term Hazardous Waste shall have the meaning
provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section
6903) as amended from time to time.
19. "Law" - law of the place of the Project which shall govern the performance
hereunder.
20. "Laws and Regulations," "Laws or Regulations" - laws, rules, regulations,
ordinances, codes and/or orders of any and all governmental bodies,
agencies, authorities, and courts having jurisdiction.
21. "Lien" - charges, security interests, or encumbrances on Project funds, real
property, or personal property.
22. "Materials" - products substantially shaped, cut, worked, mixed, finished,
refined, or otherwise fabricated, processed, or installed to form a part of the
Work.
23. "Notice of Award" - the written notice by Owner to the apparent successful
Bidder stating that upon compliance by the apparent successful Bidder with
the conditions precedent enumerated therein, within the time specified,
Owner will sign and deliver the Agreement.
24. "Notice to Proceed" - the written notice by Owner to Contractor fixing the
date on which the Contract Times will commence to run and on which
Contractor shall start to perform Contractor's obligation under the Contract
Documents.
City of Fayetteville 00700 — 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
r1
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
25.
"Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered
municipal corporation , with which the Contractor has entered into the
Agreement and for whom the Work is to be provided.
26.
"Partial Utilization" - placing a portion of the Work in service for the
purpose for which it is intended (or a related purpose) before reaching
Substantial Completion of all the Work.
27.
"PCBs" - Polychlorinated biphenyls.
28.
"Petroleum" - petroleum, including crude oil or any fraction thereof which is
?�
liquid at standard conditions of temperature and pressure (60° Fahrenheit and
14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil
sludge, oil refuse, gasoline, kerosene, and oil mixed with other
non -Hazardous Wastes and crude oils.
29.
"Program Manager" — NOT USED.
30.
"Project" - the total construction of which the Work to be provided under the
Contract Documents may be the whole, or a part as indicated elsewhere in
the Contract Documents.
31.
"Project Manual" - The bound documentary information prepared for bidding
and constructing the Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is contained in the table(s) of
contents.
32.
"Radioactive Material" - source, special nuclear, or byproduct material as
defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as
amended from time to time.
"Resident
33.
Project Representative" - the authorized representative of Engineer
who is assigned to the construction Site or any part thereof.
34.
"Reference Drawings" - drawings not specifically prepared for, nor a part of,
this Contract, but which contain information pertinent to the Work.
35.
"Samples" - physical examples of Equipment, Materials, or workmanship
that are representative of some portion of the Work and which establish the
standards by which such portion of the Work will be judged.
36.
"Shop Drawings" - all drawings, diagrams, illustrations, schedules, and other
data or information which are specifically prepared or assembled by or for
Contractor and submitted by Contractor to illustrate some portion of the
Work.
37.
"Site" - lands or areas indicated in the Contract Documents as being
furnished by Owner upon which the Work is to be performed, including
rights -of -way and easements for access thereto, and such other lands
�1
furnished by Owner which are designated for the use of Contractor.
38.
"Specifications" - those portions of the Contract Documents consisting of
written technical descriptions of the Work, and covering the Equipment,
Materials, workmanship, and certain administrative details applicable
thereto.
39.
"Subcontractor" - an individual, firm, or corporation having a direct contract
with Contractor or with any other Subcontractor for the performance of a part
of the Work at the Site.
40.
"Submittals" - all Shop Drawings, product data, and Samples which are
prepared by Contractor, a Subcontractor, manufacturer, or Supplier, and
submitted by Contractor to Engineer as a basis for approval of the use of
City of Fayetteville 00700 —3
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
L
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
I
1
I
I
I
Ci
I
Li
I
1
Equipment and Materials proposed for incorporation in the Work or needed
to describe proper installation, operation and maintenance, or technical
properties.
41. "Substantial Completion" - the Work (or a specified part thereof) has
progressed to the point where, in the opinion of Engineer as evidenced by his
definitive certificate of Substantial Completion, it is sufficiently complete, in
accordance with the Contract Documents, so that the Work (or specified part)
can be used for the purposes for which it was intended.
42. "Supplementary Conditions" — part of the Contract Documents which
amends andlor supplements these General Conditions.
43. "Supplier" - a manufacturer, fabricator, supplier, distributor, material man, or
vendor.
44. "Underground Facilities" - all pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and
any encasements containing such facilities which have been installed
underground to furnish any of the following services or materials:
electricity, gases, steam, liquid petroleum products, telephone or other
communications, cable television, sewage and drainage removal, traffic or
other control systems, or water.
45. "Unit Price Work" - Work to be paid on the basis of Unit Prices.
46. "Work" - the entire completed construction or the various separately
identifiable parts thereof required to be furnished under the Contract
Documents. Work is the result of performing services, the furnishing of
Bonds and insurance, furnishing labor, and furnishing and incorporating
Materials and Equipment into the construction, all as required by the
Contract Documents.
47. "Work Change Directive" - a written directive to Contractor, issued on or
after the effective Date of the Agreement and signed by Owner and
recommended by Engineer, ordering an addition, deletion, or revision in the
Work, or responding to differing or unforeseen physical conditions under
which the Work is to be performed as provided in Article 4 or to emergencies
under Paragraph 6.13. A Work Change Directive will not change the
Contract Price or the Contract Times, but is evidence that the parties expect
that the change directed or documented by a Work Change Directive will be
incorporated in a subsequently issued Change Order following negotiations
by the parties as to its effect, if any, on the Contract Price or Contract Times
as provided in Paragraph 10.018.
48. "Written Amendment" - a written amendment to the Contract Documents,
signed by Owner and Contractor on or after the Effective Date of the
Agreement, and normally dealing with the nonengineering or nontechnical
rather than strictly Work -related aspects of the Contract Documents.
49. "Year 2000 Compliance" or "Year 2000 Compliant" — means that equipment,
devices, items, systems, software, hardware, and firmware included in the
Work or used to produce the Work shall properly, appropriately, and
consistently function and accurately process date and time data (including
without limitation: calculating, comparing, and sequencing) on and after
December 31, 1999, including leap year calculations.
I
City of Fayetteville 00700 —4
Missouri Creek at Rolling Hills Drive Drainage Improvements
I•
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
1.03 TERMINOLOGY:
A. Whenever used in these General Conditions or elsewhere in the Contract Documents,
the following terminology shall have the intent and meaning specified below:
1. The words "as indicated" refer to the Drawings and "as specified" refer to the
remaining Contract Documents.
2. The terms "responsible" or "responsibility" mean that the party to which the
term applies shall assume all responsibilities thereto.
3. The term "approve", when used in response to Submittals, requests,
applications, inquiries, reports and claims by Contractor, will be held to
limitations of Engineer's responsibilities and duties or specified in these
General Conditions. In no case will "approval" by Engineer be interpreted as
a release of Contractor from responsibilities to fulfill requirements of
Contract Documents.
4. When applied to Equipment and Materials, the words "furnish", "install",
and "provide" shall mean the following:
a. The word "provide" shall mean to furnish, pay for, deliver, assemble,
install, adjust, clean and otherwise make Materials and Equipment fit for
their intended use.
b. The word "furnish" shall mean to secure, pay for, deliver to Site, unload
and uncrate Equipment and Materials.
c. The word "install" shall mean to assemble, place in position, incorporate
in the Work, adjust, clean, and make fit for use.
d. The phrase "furnish and install" shall be equivalent to the word
"provide."
5. The word "day" shall constitute a calendar day of twenty-four hours
measured from midnight to the next midnight.
ARTICLE 2- PRELIMINARY MATTERS
2.01 DELIVERY OF BONDS:
A. When Contractor delivers the executed Agreements to Owner, Contractor shall also
deliver to Owner such Bonds as Contractor may be required to furnish in accordance
with Paragraph 5.01.
2.02 COPIES OF DOCUMENTS:
A. Owner will furnish to Contractor copies of the Contract Documents as stated in the
General Requirements.
2.03 COMMENCEMENT OF CONTRACT TIMES, NOTICE TO PROCEED:
A. The Contract Times will commence to run on the day indicated in the Notice to
Proceed. A Notice to Proceed may be given at any time within 30 days after the
Effective Date of the Agreement. In no event will the Contract Times commence to
run later than the 105th day after the day of Bid opening or the 30th day after the
Effective Date of the Agreement, whichever date is earlier.
City of Fayetteville 00700 — 5
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
1
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
r
I
1
I
I
1
r
I
I
i
I
Cl
2.04 STARTING THE PROJECT:
A. Contractor shall start to perform the Work on the date when the Contract Times
commence to run, but no Work shall be done at the Site prior to the date on which the
Contract Times commence to run.
2.05 BEFORE STARTING CONSTRUCTION:
A. Before starting construction and undertaking each part of the Work, Contractor shall
carefully study and compare the Contract Documents and check and verify pertinent
figures shown thereon and all applicable field measurements. Contractor shall
promptly report in writing to Engineer any conflict, error or discrepancy which
Contractor may discover and shall obtain a written interpretation or clarification from
Engineer before proceeding with any Work affected thereby; however, Contractor
shall not be liable to Owner or Engineer for failure to report any conflict, error, or
discrepancy in the Contract Documents, unless Contractor had actual knowledge
thereof or should reasonably have known thereof.
B. Within twenty days after the Effective Date of the Agreement, not before Contractor
starts the Work at the Site, Contractor shall submit items as noted in Document
00550 — Notice to Proceed (and as specified) to Engineer for review.
C. Further, before any Work at the Site is started, Contractor shall deliver to Owner,
with a copy to Engineer, certificates and other evidence of insurance requested by
Owner which Contractor is required to purchase and maintain in accordance with
Paragraph 5.02 (and Owner shall deliver to Contractor certificates and other evidence
of insurance requested by Contractor which Owner is required to purchase and
maintain in accordance with Paragraph 5.02).
2.06 PRECONSTRUCTION CONFERENCE:
A. Within 20 days after the Effective Date of the Agreement, but before Contractor
starts the Work at the Site, a conference attended by Contractor, Engineer, and others
as appropriate will be held to discuss the schedules referred to in Paragraph 2.05B, to
discuss procedures for handling Submittals, processing Applications for Payment,
and to establish a working understanding among the parties as to the Work.
2.07 FINALIZING SCHEDULES:
A. A schedule shall be finalized in accordance with the Specifications. The finalized
construction progress schedule will be acceptable to Engineer if it provides an
orderly progression of the Work to completion within the Contract Times, but such
acceptance will neither impose on Engineer responsibility for the progress or
scheduling of the Work nor relieve Contractor from full responsibility therefor. The
finalized schedule of Submittal submissions will be acceptable to Engineer if it
provides a workable arrangement for processing the submissions.
ARTICLE 3- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 INTENT:
1 A. The Contract Documents comprise the entire agreement between Owner and
Contractor concerning the Work. The Contract Documents are complementary; what
City of Fayetteville 00700 — 6
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
is called for by one is as binding as if called for by all. The Contract Documents will
be construed in accordance with the Law of the place of the Project.
B. It is the intent of the Contract Documents to describe a functionally complete Project
(or part thereof) to be constructed in accordance with the Contract Documents. Any
Work, Materials, or Equipment that may reasonably be inferred from the Contract
Documents as being required to produce the intended result will be supplied whether
or not specifically called for, at no additional cost to the Owner.
1. When words which have a well-known technical or trade meaning are used
to describe Work, Materials, or Equipment, such words shall be interpreted
in accordance with that meaning.
2. Reference to standard specifications, manuals, or codes of any technical
society, organization, or association, or to the Laws or Regulations of any
governmental authority, whether such reference be specific or by implication,
shall mean the latest standard specification, manual, code, or Laws or
Regulations in effect at the time of opening of Bids except as may be
otherwise specifically stated. However, no provision of any referenced
standard specification, manual, or code (whether or not specifically
incorporated by reference in the Contract Documents) shall be effective to
change the duties and responsibilities of Owner, Contractor, or Engineer, or
any of their consultants, agents, or employees from those set forth in the
Contract Documents, nor shall it be effective to assign to Engineer, or any of
Engineer's consultants, agents or employees, any duty or authority to
supervise or direct the furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the provisions of the
Contract Documents.
3. Clarifications and interpretations of the Contract Documents shall be issued
by Engineer as provided in Paragraph 9.04.
C. If, during the performance of the Work, Contractor finds a conflict, error, or
discrepancy in the Contract Documents, Contractor shall so report to Engineer in
writing at once and before proceeding with the Work affected thereby shall obtain a
written interpretation or clarification from Engineer, however, Contractor shall not be
liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in
the Contract Documents unless Contractor had actual knowledge thereof or should
reasonably have known thereof.
D. Applicable codes and standards referenced in these Contract Documents establish
minimum requirements for Equipment, Materials, and Work and are superseded by
more stringent requirements of Contract Documents when and where they occur.
E. The Specifications are separated into Divisions and Sections for convenience in
defining the Work. Contract Drawings are separated according to engineering
disciplines and other classifications. This sectionalizing and the arrangement of
Contract Drawings shall not control the Contractor in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be performed by any specific
trade.
City of Fayetteville 00700-7
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
1
1
LI
1
LI
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
it
I
I
I
I
I
I
I
1
I
1
LI
3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS:
A. The Contract Documents may be amended to provide for additions, deletions, and
revisions in the Work or to modify the terms and conditions thereof in one or more of
the following ways:
I. A formal Written Amendment.
2. A Change Order (pursuant to Paragraph 10.01 D).
B. As indicated in Paragraphs 11.018 and 12.01A, Contract Price and Contract Times
may only be changed by a Change Order or Written Amendment.
C. In addition, the requirements of the Contract Documents may be supplemented, and
minor variations and deviations in the Work may be authorized, in the following
way:
I. A Field Order (pursuant to Paragraph 9.05).
2. Engineer's written interpretation or clarification (pursuant to
Paragraph 9.04).
3.03 OWNERSHIP AND REUSE OF DOCUMENTS:
A. All Contract Documents and copies thereof furnished by Engineer shall be the
property of the Owner.
B. Neither Contractor nor any Subcontractor or Supplier or other person or organization
performing or furnishing any of the Work under a direct or indirect contract with
Owner shall have or acquire any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any thereof) prepared by or bearing
the seal of Engineer; and they shall not reuse any of the documents on extensions of
the Project or any other project without written consent of Owner and Engineer and
specific written verification or adaptation by Engineer.
ARTICLE 4- AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE
POINTS
4.01 AVAILABILITY OF LANDS:
A. Owner shall furnish, as indicated in the Contract Documents, the lands upon which
the Work is to be performed, rights -of -way and easements for access thereto, and
such other lands which are designated for the use of Contractor. Easements for
permanent structures or permanent changes in existing facilities will be obtained and
paid for by Owner, unless otherwise provided in the Contract Documents.
B. If Contractor believes that any delay in Owner's furnishing these lands,
rights -of -way, or easements entitles Contractor to an extension of the Contract Times,
Contractor may make a claim therefor as provided in Article 12.
C. Contractor shall provide for all additional lands and access thereto that may be
required for temporary construction facilities or storage of materials and equipment.
D. Contractor shall confine his operations to the construction limits indicated.
4.02 UNFORESEEN SUBSURFACE CONDITIONS:
A. Contractor shall promptly notify Engineer in writing of any subsurface or latent
physical conditions encountered at the Site which differ materially from those
City of Fayetteville 00700-8
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
specified or indicated, or which could be reasonably interpreted from examination of
the Site and available subsurface information at the time of bidding.
B. Engineer will promptly investigate those conditions and advise Owner if further
surveys or subsurface tests are necessary. Promptly thereafter, Engineer will obtain
the necessary additional surveys and tests and furnish copies of results to Contractor
and Owner.
C. If Engineer and Owner find that the subsurface or latent physical conditions
encountered at the Site differ materially from those specified or indicated, or which
could have been reasonably interpreted from examination of the Site and available
subsurface information at the time of bidding, then a Change Order will be issued by
the Owner incorporating the necessary revisions.
4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES:
A. Shown or Indicated: The information and data shown or indicated in the Contract
Documents with respect to existing Underground Facilities at or contiguous to the
Site is based on information and data furnished to Owner or Engineer by the owners
of such Underground Facilities or by others. Unless it is otherwise expressly
provided:
1. Owner and Engineer shall not be responsible for the accuracy or
completeness of any such information or data; and,
2. Contractor shall have full responsibility for reviewing and checking all such
information and data, for locating all Underground Facilities shown or
indicated in the Contract Documents, for coordination of the Work with the
owners of such Underground Facilities during construction, for the safety and
protection thereof as provided in Paragraph 6.12 and repairing any damage
thereto resulting from the Work, the cost of all of which will be considered as
having been included in the Contract Price.
B. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or
contiguous to the Site which was not shown or indicated in the Contract Documents
and which Contractor could not reasonably have been expected to be aware of,
Contractor shall, promptly after becoming aware thereof and before performing any
Work affected thereby (except in an emergency as permitted by Paragraph 6.13),
identify the owner of such Underground Facility and give written notice thereof to
that owner and Engineer. Engineer will promptly review the Underground Facility to
determine the extent to which the Contract Documents should be modified to reflect
and document the consequences of the existence of the Underground Facility, and the
Contract Documents will be amended or supplemented to the extent necessary.
During such time, Contractor shall be responsible for the safety and protection of
such Underground Facility as provided in Paragraph 6.12. Contractor shall be
allowed an increase in the Contract Price or an extension of the Contract Times, or
both, to the extent that they are attributable to the existence of any Underground
Facility that was not shown or indicated in the Contract Documents and which
Contractor could not reasonably have been expected to be aware of. If the parties are
unable to agree as to the amount or length thereof, Contractor may make a claim
therefor as provided in Articles 11 and 12.
City of Fayetteville 00700 — 9
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 -- GENERAL CONDITIONS: (continued)
4.04 REFERENCE POINTS:
A. Engineer will provide engineering surveys to establish reference points for
construction which in Engineer's judgment are necessary to enable Contractor to
proceed with the Work. Contractor shall be responsible for laying out the Work
(unless otherwise specified in the General Requirements), shall protect and preserve
the established reference points, and shall make no changes or relocations without the
prior written approval of Engineer. Contractor shall report to Engineer whenever any
reference point is lost or destroyed or requires relocation because of necessary
changes in grades or locations, and shall be responsible for the accurate replacement
or relocation of such reference points by professionally qualified personnel.
Contractor shall be responsible for any mistakes or loss of time that may result from
their loss or disturbance.
B. Contractor shall make such surveys as are required for establishing pay limits and
determining quantities for progress pay estimates. He shall furnish Engineer with
one copy each of all field notes of such surveys.
4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE
MATERIAL:
A. Owner shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste, or
Radioactive Material uncovered or revealed at the Site which was not shown or
indicated in Drawings or Specifications or identified in the Contract Documents to be
within the scope of the Work and which may present a substantial danger to persons
or property exposed thereto in connection with the Work at the Site. Owner shall not
be responsible for any such materials brought to the Site by Contractor,
Subcontractor, Suppliers, or anyone else for whom Contractor is responsible.
B. Contractor shall immediately: (i) stop all Work in connection with such hazardous
condition and in any area affected thereby (except in an emergency as required by
Paragraph 6.13), and (ii) notify Owner and Engineer (and thereafter confirm such
notice in writing). Owner shall promptly consult with Engineer concerning the
necessity for Owner to retain a qualified expert to evaluate such hazardous condition
or take corrective action, if any. Contractor shall not be required to resume Work in
connection with such hazardous condition or in any such affected area until after
Owner has obtained any required permits related thereto and delivered to Contractor
special written notice: (i) specifying that such condition and any affected area is or
has been rendered safe for the resumption of Work, or (ii) specifying any special
conditions under which such Work may be resumed safely. If Owner and Contractor
cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in
Contract Price or Contract Times as a result of such Work stoppage or such special
conditions under which Work is agreed by Contractor to be resumed, either party
may make a claim therefor as provided in Articles 11 and 12.
C. If after receipt of such special written notice Contractor does not agree to resume
such Work based on a reasonable belief it is unsafe, or does not agree to resume such
Work under such special conditions, then Owner may order such portion of the Work
that is in connection with such hazardous condition or in such affected area to be
deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or
the amount or extent of an adjustment, if any, in Contract Price or Contract Times as
a result of deleting such portion of the Work, then either party may make a claim
City of Fayetteville 00700-10
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
therefor as provided in Articles 11 and 12. Owner may have such deleted portion of
the Work performed by Owner's own forces or others in accordance with Article 7.
D. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and
hold harmless Contractor, Subcontractors, Engineer, Engineer's Consultants, and the
officers, directors, partners, employees, agents, other consultants, and subcontractors
of each and any of them from and against all claims, costs, losses, and damages
arising out of or resulting from such hazardous condition, provided that: (i) any such
claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death,
or to injury to or destruction of tangible property (other than the Work itself),
including the loss of use resulting therefrom, and (ii) nothing in this
subparagraph 4.05D shall obligate Owner to indemnify any person or entity from and
against the consequences of that person's or entity's own negligence.
E. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify
and hold harmless Owner, Engineer, Engineer's Consultants, and the officers,
directors, partners, employees, agents, other consultants, and subcontractors of each
and any of them from and against all claims, costs, losses, and damages arising out of
or relating to such hazardous condition created by Contractor or by anyone for whom
Contractor is responsible. Nothing in this subparagraph 4.05E shall obligate
Contractor to indemnify any person or entity from and against the consequences of
that person's or entity's own negligence.
F. The provisions of Paragraphs 4.02 and 4.03 are not intended to apply to Asbestos,
PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed
at the Site.
ARTICLE 5- BONDS AND INSURANCE
5.01 PERFORMANCE AND OTHER BONDS:
A. Contractor shall furnish performance and payment Bonds, each in an amount at least
equal to the Contract Price as security for the faithful performance and payment of all
Contractor's obligations under the Contract Documents. These Bonds shall remain in
effect at least until two years after the date when final payment is approved by
Owner, except as otherwise provided by Law or Regulation or by the Contract
Documents. Contractor shall also furnish such other Bonds as are required by the
Contract Documents. All Bonds shall be in the forms prescribed by Law or
Regulation or by the Contract Documents and be executed by such sureties as are
named in the current list of "Companies Holding Certificates of Authority as
Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as
published in Circular 570 (amended) by the Financial Management Service, Surety
Bond Branch, U.S. Department of the Treasury. All bonds shall be signed by an
Arkansas Agent.
B. The Bonds shall be automatically increased in amount and extended in time without
formal and separate amendments to cover full and faithful performance of the
Contract in the event of Change Orders, regardless of the amount of time or money
involved. It is Contractor's responsibility to notify his surety of any changes
affecting the general scope of the Work or change in the Contract Price or Contract
Times.
City of Fayetteville 00700— 11
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
LI
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
I
I
I
I
I
I
I
I
I
r
5.02
C. Bonds signed by an agent must be accompanied by a certified copy of the authority to
act.
D. Date of Bonds shall be the same as the Effective Date of the Agreement.
E. [fat any time during the continuance of the Contract, the surety on any Bond
becomes unacceptable to Owner for financial reasons, Owner has the right to require
additional and sufficient sureties which Contractor shall furnish to the satisfaction of
Owner within ten days after notice to do so.
1. If the surety on any Bond furnished by Contractor is declared bankrupt or
becomes insolvent or its right to do business is terminated in any state where
any part of the Project is located or it ceases to meet the requirements of
Paragraph 5.01 A, Contractor shall within five days thereafter substitute
another Bond and surety, both of which must be acceptable to Owner.
INSURANCE:
A. Contractor's Liability Insurance:
1. Contractor and all of his subcontractors shall purchase and maintain such
liability and other insurance as is appropriate for the Work being furnished
and performed and as will provide protection from claims set forth below
which may arise out of or result from Contractor's furnishing and
performance of the Work and Contractor's other obligations under the
Contract Documents, whether it is to be performed by Contractor, any
Subcontractor or Supplier, or by anyone directly or indirectly employed by
any of them to perform any of the Work, or by anyone for whose acts any of
them may be liable:
a. Claims under workers' compensation, disability benefits, and other
similar employee benefit acts;
b. Claims for damages because of bodily injury, occupational sickness or
disease, or death of Contractor's employees;
c. Claims for damages because of bodily injury, sickness, or disease, or
death of any person other than Contractor's employees;
d. Claims for damages insured by reasonably available personal injury
liability coverage which are sustained: (i) by any person as a result of an
offense directly or indirectly related to the employment of such person
by Contractor, or (ii) by any other person for any other reason;
e. Claims for damages, other than to the Work itself, because of injury to
or destruction of tangible property wherever located, including loss of
use therefrom;
f. Claims arising out of operation of Laws or Regulations for damages
because of bodily injury or death of any person or for damage to
property; and
g. Claims for damages because of bodily injury or death of any person or
property damage arising out of the ownership, maintenance, or use of
any motor vehicle.
2. The insurance required by this paragraph shall include the specific coverages,
and be written for not less than the limits of liability specified or required by
Law, whichever is greater.
a. Umbrella General Liability $5,000,000
b. Workers' compensation Statutory (State and Federal Limits)
City of Fayetteville 00700— 12
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
Employer's Liability $500,000 each accident
I
c. Commercial General Liability
(1) General Aggregate $2,000,000
(2) Products -Completed Operations Aggregate $2,000,000
(3) Personal & Advertising Injury Limit $1,000,000
(4) Each Occurrence Limit $1,000,000
(5) Fire Damage Limit $ 100,000
(6) Medical Expense Limit $ 5,000
d. Business Automobile Liability
(1) Any one loss or accident $1,000,000
B. The policies of insurance so required by paragraph 5.02A to be purchased and
maintained
shall:
1.
with respect to insurance required by Paragraphs 5.02A.1.e through
5.02A.1.g inclusive, include as additional insureds by endorsement (subject
to customary exclusion in respect of professional liability) Owner, Engineer,
and Engineer's Consultants, and include coverage for the respective officers,
directors, partners, employees, agents, and other consultants and
subcontractors of each and any of all such additional insureds, and the
insurance afforded to these additional insureds shall provide primary
coverage for all claims covered thereby;
2.
include at least the specific coverages and be written for not less than the
limits of liability specified in Paragraph 5.02A.2 or required by Laws and
Regulations, whichever is greater;
3.
with respect to insurance required by paragraphs 5.02A1.c through 5.02A1.g
inclusive, include premises/operations, products, completed operations,
independent contractors, and personal injury insurance,;
I
4.
include in the Commercial General Liability policy, contractual liability
insurance covering Contractor's indemnity obligations under
Paragraphs 6.06, 6.10, and 6.16, and written for not less than the limits of
liability and coverages specified above;
5.
contain a provision or endorsement that the coverage afforded will not be
cancelled, materially changed, or renewal refused until at least 30 days' prior
written notice by certified mail has been given to Owner and Contractor and
to each other additional insured to whom a certificate of insurance has been
6.
issued;
provide Broad Form Property Damage coverage and contain no exclusion
(commonly referred to as XC&U exclusion) relative to blasting, earthquake,
flood, explosion, collapse of buildings, or damage to underground property;
7.
remain in effect at least until final payment and at all times thereafter when
Contractor may be correcting, removing, or replacing defective Work in
accordance with Paragraph 13.07;
8.
with respect to completed operations insurance, and any insurance coverage
written on a claims -made basis, remain in effect for at least two years after
final payment and Contractor shall furnish Owner and each other specified
additional insured to whom a certificate of insurance has been issued,
evidence satisfactory to Owner and any such additional insured of
continuation of such insurance at final payment and one year thereafter;
City of Fayetteville 00700— 13
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
1
I
L]
I
I
I
I
I
Li
I
I
I
9. include Independent Contractors Protective Liability coverage; and
10. with respect to the Commercial General Liability policy, the maximum
deductible allowed shall be $5, 000.
11. Owner and Contractor waive all rights against each other and their respective
officers, directors, partners, employees, agents, and other consultants and
subcontractors of each and any of them for all losses and damages caused by,
arising out of, or resulting from any of the perils or causes of loss covered by
such policies required by Paragraph 5.02A and any other liability insurance
applicable to the Work; and, in addition, waive all such rights against
Subcontractors, Engineer, Engineer's Consultants, and all other individuals
or entities endorsed as insureds or additional insureds (and the officers,
directors, partners, employees, agents and other consultants and
subcontractors of each and any of them) under such policies for losses and
damages so caused. As required by Paragraph 6.05D, each subcontract
between Contractor and a Subcontractor shall contain similar waiver
provisions by the Subcontractor in favor of Owner, Contractor, Engineer,
Engineer's Consultants, and all other parties endorsed as insureds or
additional insureds. None of the above waivers shall extend to the rights that
any of the insured parties may have to proceeds of insurance held by Owner
as trustee or otherwise payable under any policy so issued. with respect to
the Commercial General Liability policy, the maximum deductible allowed
shall be $5, 000.
C. Owner's Protective Liability Insurance:
1. Contractor shall be responsible for purchasing and maintaining Owner's
Protective Liability insurance with Owner, and Engineer as named insureds.
2. This insurance shall have the same limits of liability as the Commercial
General Liability insurance and shall protect Owner and Engineer against
any and all claims and liabilities for injury to or death of persons, or damage
to property caused in whole or in part by, or alleged to have been caused in
whole or in part by, negligent acts or omissions of Contractor or
Subcontractors or any agent, servant, worker, or employee of Contractor or
Subcontractors arising from the operations under the Contract Documents.
3. This insurance may be provided by endorsement to Contractor's Commercial
General Liability insurance policy.
D. Property Insurance:
1. Contractor shall purchase and maintain property insurance upon the Work at
the Site in the amount of the full insurable value thereof (subject to such
deductible amounts as follows) or as required by Laws or Regulations. This
insurance shall:
a. be on the completed value form and include the interests of Owner,
Contractor, Subcontractors, Engineer, and Engineer's Consultants, and
the officers, directors, partners, employees, agent, and other consultants
and subcontractors of each and any of them, each of whom is deemed to
have an insurable interest and shall be listed as an additional insured;
b. be written on a Builder's Risk "all-risk" or open peril or special causes of
loss policy form that shall at least include insurance for physical loss or
City of Fayetteville 00700— 14
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
damage to the Work, temporary buildings, false work, and Equipment
and Materials, and shalt insure against at least the following perils or
causes of loss: fire, lightning, extended coverage, theft, vandalism and
malicious mischief, earthquake, collapse, debris removal, demolition
occasioned by enforcement of Laws and Regulations, water damage,
terrorism, and such other perils (as flood, earthquake, explosions,
collapse, underground hazard) or causes of loss as may be specifically
required in the Contract Documents;
c. include expenses incurred in the repair or replacement of any insured
property (including but not limited to fees and charges of engineers,
architects, attorneys, and other professionals);
d. cover Equipment and Materials stored at the Site or at another location
that was agreed to in writing by Engineer prior to being incorporated in
the Work, provided that such Equipment and Materials have been
included in an Application for Payment recommended by Engineer;
e. allow for partial utilization of the Work by Owner;
f. include testing and startup;
g. be maintained in effect until final payment (or the Owner assumes
beneficial occupancy and agrees to provide insurance coverage for the
facilities so occupied) is made unless otherwise agreed to in writing by
Owner, Contractor, and Engineer with 30 days' written notice to each
other additional insured to whom a certificate of insurance has been
issued; and
h. have a deductible amount of $ 10,000.
2. Contractor shall purchase and maintain such boiler and machinery insurance
or additional property insurance as required by Laws and Regulations which
will include the interests of Owner, Contractor, Subcontractors, Engineer,
and Engineer's Consultants in the Work, each of whom is deemed to have an
insurable interest and shall be listed as insured or additional insured parties.
3. All policies of insurance required to be purchased and maintained in
accordance with Paragraph 5.02D will contain a provision or endorsement
that the coverage afforded will not be cancelled or materially changed or
renewal refused until at least 30 days' prior notice by certified mail has been
given to Owner and Contractor and to each additional insured to whom a
certificate of insurance has been issued and will contain waiver provisions in
accordance with Paragraph 5.02F below.
4. Copies of the policies shall be furnished for property insurance. Certificates
will not be acceptable.
E. Transit Insurance:
1. Transit insurance shall be furnished by Contractor to protect Contractor and
Owner from all risks of physical loss or damage to Equipment and Materials,
not otherwise covered under other policies, during transit from point of
origin to the Site of installation or erection.
2. This insurance shall be written on an "All Risk" basis with additional
coverages applicable to the circumstances that may occur in the particular
Work included in this Contact.
3. This insurance shall be in an amount not less than 100% of the manufactured
or fabricated value of items exposed to risk in transit at any one time.
City of Fayetteville 00700— 15
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
L.
I
I
Iii
I
I
I
1
I
I
I
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
Li
I
I
I
I
I
C
I
I
I
I
I
I
I
I
4. This insurance shall contain a waiver of rights of subrogation the insurer may
have or acquire against Engineer.
F. Waiver of Rights:
i. Owner and Contractor intend that all policies purchased in accordance with
Paragraph 5.02D will protect Owner, Contractor, Subcontractors, Engineer,
Engineer's Consultants, and other individuals or entities endorsed as insureds
or additional insureds (and the officers, directors, partners, employees,
agents, and other consultants and subcontractors of each and any of them) in
such policies and will provide primary coverage for all losses and damages
caused by the perils or causes of loss covered thereby. All such policies shall
contain provisions to the effect that in the event of payment of any loss or
damage, the insurers will have no rights of recovery against any of the
insureds or additional insureds thereunder; and if the insurers require
separate waiver forms to be signed by Engineer or Engineer's Consultants,
Owner will obtain the same, and if such waiver forms are required of any
Subcontractor, Contractor shall obtain the same.
2. Owner and Contractor waive all rights against each other and their respective
officers, directors, partners, employees, agents, and other consultants and
subcontractors of each and any of them for all losses and damages caused by,
arising out of, or resulting from any of the perils or causes of loss covered by
such policies required by Paragraph 5.02D and any other property insurance
applicable to the Work; and, in addition, waive all such rights against
Subcontractors, Engineer, Engineer's Consultants, and all other individuals
or entities endorsed as insureds or additional insureds (and the officers,
directors, partners, employees, agents, and other consultants and
subcontractors of each and any of them) under such policies for losses and
damages so caused. As required by Paragraph 6.05D, each subcontract
between Contractor and a Subcontractor shall contain similar waiver
provisions by the Subcontractor in favor of Owner, Contractor, Engineer,
Engineer's Consultants, and all other parties endorsed as insureds or
additional insureds. None of the above waivers shall extend to the rights that
any of the insured parties may have to proceeds of insurance held by Owner
as trustee or otherwise payable under any policy so issued.
G. Receipt and Application of Insurance Proceeds:
1. Any insured loss under the policies of insurance required by
Paragraph 5.02D will be adjusted with Owner and made payable to Owner as
fiduciary for the insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of Paragraph 5.02G.2.
Owner shall deposit in a separate account any money so received and shall
distribute it in accordance with such agreement as the parties in interest may
reach. If no other special agreement is reached, the damaged Work shall be
repaired or replaced, the moneys so received applied to account thereof, and
the Work and the cost thereof covered by an appropriate Change Order or
Written Amendment.
2. Owner as fiduciary shall have power to adjust and settle any loss with the
insurers unless one of the parties in interest shall object in writing within
15 days after the occurrence of loss to Owner's exercise of this power. If
such objection is made, Owner as fiduciary shall make settlement with the
City of Fayetteville 00700— 16
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
insurers in accordance with such agreement as the parties in interest may
reach. If no such agreement among the parties in interest is reached, Owner
as fiduciary shall adjust and settle the loss with the insurers and, if required
in writing by any party in interest, Owner as fiduciary shall give bond for the
proper performance of such duties upon the occurrence of an insured loss.
H. Acceptance of Insurance:
I . If Owner has any objection to the coverage afforded by or other provisions of
the insurance required to be purchased and maintained by Contractor in
accordance with Paragraph 5.02 on the basis of non-conformance with the
Contract Documents, Owner shall so notify Contractor in writing thereof
within 10 days of the date of delivery of such certificates and other evidence
of insurance to Owner required by Paragraph 2.05C.
2. Owner and Contractor shall each provide to the other such additional
information in respect of insurance provided as the other may reasonably
request If either party does not purchase or maintain all of the insurance
required of such party by the Contract Documents, such party shall notify the
other party in writing of such failure to purchase prior to the start of the
Work, or of such failure to maintain prior to any change in the required
coverage. Without prejudice to any other right or remedy, the other party
may elect to obtain equivalent insurance to protect such other party's
interests at the expense of the party who was required to provide such
coverage, and a Change Order shall be issued to adjust the Contract Price
accordingly.
I. Partial Utilization, Acknowledgment of Property Insurer:
1. If Owner finds it necessary to occupy or use a portion or portions of the
Work prior to Substantial Completion of all the Work as provided in
Paragraph 14.06, no such use or occupancy shall commence before the
insurers providing property insurance pursuant to Paragraph 5.02D have
acknowledged notice thereof and in writing effected any changes in coverage
necessitated thereby. The insurers providing the property insurance shall
consent by endorsement on the policy or policies, but the property insurance
shall not be cancelled or lapse on account of any such partial use or
occupancy.
ARTICLE 6- CONTRACTOR'S RESPONSIBILITIES
6.01 SUPERVISION AND SUPERINTENDENCE:
A. Contractor shall supervise and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to
perform the Work in accordance with the Contract Documents. Contractor shall be
solely responsible for and have control over construction means, methods,
techniques, sequences, and procedures and for coordinating all portions of the Work,
but Contractor shall not be responsible for the negligence of others in the design or
selection of a specific means, method, technique, sequence, or procedure of
construction which is indicated in and required by the Contract Documents.
City of Fayetteville 00700 — 17
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
IContractor shall be responsible to see that the finished Work complies accurately
with the Contract Documents.
B. Contractor shall keep on the Work at all times during its progress a competent
resident superintendent, who shall not be replaced without written notice to Owner
and Engineer except under extraordinary circumstances. The superintendent will be
Contractor's representative at the Site and shall have authority to act on behalf of
I
Contractor. All communications given to the superintendent shall be as binding as if
given to Contractor.
C. When manufacturer's field services in connection with the erection, installation,
I
start-up, or testing of Equipment furnished under this Contract, or instruction of
Owner's personnel thereon are specified, Contractor shall keep on the Work, during
its progress or as specified, competent manufacturer's field representatives and any
necessary assistants.
6.02 LABOR, EQUIPMENT, AND MATERIALS:
IA. Contractor shall provide competent, suitably qualified personnel to survey and lay
out the Work and perform construction as required by the Contract Documents.
Contractor shall at all times maintain good discipline and order at the Site. Except in
connection with the safety or protection of persons or the Work or property at the Site
or adjacent thereto, and except as otherwise indicated in the Contract Documents, all
Work at the Site shall be performed during regular working hours, and Contractor
will not permit overtime work or the performance of Work on Saturday, Sunday, or
I
any legal holiday without Engineer's written consent.
B. Unless otherwise specified in the General Requirements, Contractor shall furnish and
assume full responsibility for all Equipment and Materials, labor, transportation,
I
construction equipment and machinery, tools, appliances, fuel, power, light, heat,
telephone, water, sanitary facilities, temporary facilities, and all other facilities and
incidentals necessary for the furnishing, performance, testing, start-up, and
completion of the Work.
C. All Equipment and Materials shall be of good quality and new, except as otherwise
provided in the Contract Documents. If required by Engineer, Contractor shall
furnish to Engineer satisfactory evidence (including reports of required tests) as to
the kind and quality of Equipment and Materials. All Equipment and Materials shall
be applied, installed, connected, erected, used, cleaned, and conditioned in
accordance with the instructions of the applicable Supplier except as otherwise
provided in the Contract Documents; but no provision of any such instructions will
be effective to assign to Engineer, or any of Engineer's consultants, agents, or
employees, any duty or authority to supervise or direct the furnishing or performance
1 of the Work or any duty or authority to undertake responsibility contrary to the
provisions of Paragraph 9.10C and 9.10D.
D. All Equipment and Materials incorporated in the Work shall be designed to meet the
applicable safety standards of federal, state, and local Laws and Regulations.
E. Domestic Product Procurement: Not Applicable.
6.03 ADJUSTING PROGRESS SCHEDULE:
A. Contractor shall submit to Engineer for acceptance (to the extent indicated in
Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of
I
City of Fayetteville 00700— 18
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
new developments; these will conform generally to the progress schedule then in
effect and additionally will comply with any provisions of the General Requirements
applicable thereto.
6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS:
A. Whenever an item of Equipment or Material is specified or described in the Contract
Documents by using the name of a proprietary item or the name of a particular
Supplier, the specification or description is intended to establish the type, function,
appearance, and quality required. Unless the specification or description contains or
is followed by words reading that no like, equivalent, or "or -equal" item or no
substitute is permitted, other items of Equipment or Material of other Suppliers may
be submitted by Contractor to Engineer for review under the circumstances described
below.
I . "Or -Equal" Items: If in Engineer's sole discretion an item of Equipment or
Material proposed by Contractor is functionally equal to that named and
sufficiently similar so that no change in related Work will be required, it may
be considered by Engineer as an "or -equal" item, in which case review and
approval of the proposed item may, in Engineer's sole discretion, be
accomplished without compliance with some or all of the requirements for
approval of proposed substitute items. For purposes of this
Paragraph 6.04A. I, a proposed item of Equipment or Material will be
considered functionally equal to an item so named if:
a. In the exercise of reasonable judgment Engineer determines that: (i) it is
at least equal in quality, durability, appearance, strength, and design
characteristics; (ii) it will reliably perform at least equally well the
function imposed by the design concept of the completed Project as a
functioning whole, and;
b. Contractor certifies that: (i) there is no increase in cost to Owner; and
(ii) it will conform substantially, even with deviations, to the detailed
requirements of the item named in the Contract Documents.
2. Substitute Items:
a. If in Engineer's sole discretion an item of Equipment or Material
proposed by Contractor does not qualify as an "or -equal" item under
Paragraph 6.04A. 1, it will be considered a proposed substitute item.
b. Contractor shall submit sufficient information as provided below to
allow Engineer to determine that the item of Equipment or Material
proposed is essentially equivalent to that named and an acceptable
substitute therefor. Requests for review of proposed substitute items of
Equipment or Materials will not be accepted by Engineer from anyone
other than Contractor.
c. The procedure for review by Engineer will be as set forth in
Paragraph 6.04A.2.d, as may be supplemented in the General
Requirements and as Engineer may decide is appropriate under the
circumstances.
d. Contractor shall first make written application to Engineer for review of
a proposed substitute item of Equipment or Material that Contractor
seeks to furnish or use. The application shall certify that the proposed
substitute item will perform adequately the functions and achieve the
City of Fayetteville 00700 — 19
Missouri Creek at Rolling Hills Drive Drainage Improvements
J
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
I
1
I
I
LI
I
I
I
I
I
1 6.05
I
results called for by the general design, be similar in substance to that
specified, and be suited to the same use as that specified. The
application will state the extent, if any, to which the use of the proposed
substitute will prejudice Contractor's achievement of Substantial
Completion on time; whether or not use of the proposed substitute item
in the Work will require a change in any of the Contract Documents (or
in the provisions of any other direct contract with Owner for work on the
Project) to adapt the design to the proposed substitute item; and whether
or not incorporation or use of the proposed substitute item in connection
with the Work is subject to payment of any license fee or royalty. All
variations of the proposed substitute item from that specified will be
identified in the application, and available engineering, sales,
maintenance, repair, and replacement services will be indicated. The
application will also contain an itemized estimate of all costs or credits
that will result directly or indirectly from use of such substitute item,
including costs of redesign and claims of other contractors affected by
any resulting change, all of which will be considered by Engineer in
evaluating the proposed substitute item. Engineer may require
Contractor to furnish additional data about the proposed substitute item.
B. If a specific means, method, technique, sequence, or procedure of construction is
indicated in or required by the Contract Documents, Contractor may furnish or use a
substitute means, method, sequence, technique, or procedure of construction
acceptable to Engineer, if Contractor submits sufficient information to allow
Engineer to determine that the substitute proposed is equivalent to that indicated or
required by the Contract Documents. The procedure for review by Engineer will be
similar to that provided in Paragraph 6.04A.2 as applied by Engineer and as may be
supplemented in the General Requirements.
C. Engineer will be allowed a reasonable time within which to evaluate each proposed
substitute or "or -equal" item. Engineer will be the sole judge of acceptability, and no
substitute or "or -equal" will be ordered, installed, or used until Engineer's review is
complete, which will be evidenced by either (i) a Change Order for a substitute, or
(ii) an approved Submittal for an "or -equal." Owner may require Contractor to
furnish at Contractor's expense a special performance guarantee or other surety with
respect to any substitute.
D. Engineer will record time required by Engineer and, Engineer's Consultants, in
evaluating substitute proposed or submitted by Contractor pursuant to
Paragraphs 6.04A.2 and 6.04B and in making changes in the Contract Documents or
in the provisions of any other direct contract with Owner for work on the Project
occasioned thereby. Whether or not Engineer approves a substitute item so proposed
or submitted by Contractor, Contractor shall reimburse Owner for the charges of,
Engineer, and Engineer's Consultants for evaluating each such proposed substitute.
CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS:
A. Contractor shall not employ any Subcontractor, Supplier, or other person or
organization (including those acceptable to Owner and Engineer as indicated in
Paragraph 6.05B), whether initially or as a substitute, against whom Owner or
Engineer may have reasonable objection. Contractor shall not be required to employ
City of Fayetteville 00700 —20
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
any Subcontractor, Supplier, or other person or organization to furnish or perfonn
any of the Work against whom Contractor has reasonable objection.
B. If the Contract Documents require the identity of certain Subcontractors, Suppliers,
or other persons or organizations (including those who are to furnish the principal
items of Equipment and Materials) to be submitted to Owner within the required time
after Bid opening prior to the Effective Date of the Agreement for acceptance by
Owner and Engineer and if Contractor has submitted a list thereof, Owner's or
Engineer's 'acceptance (either in writing or by failing to make written objection
thereto) of any such Subcontractor, Supplier, or other person or organization so
identified may be revoked on the basis of reasonable objection after due
investigation, in which case Contractor shall submit an acceptable substitute, the
Contract Price will be increased by the difference in the cost occasioned by such
substitution, and an appropriate Change Order will be issued or Written Amendment
signed. No acceptance by Owner or Engineer of any such Subcontractor, Supplier, or
other person or organization shall constitute a waiver of any right of Owner or
Engineer to reject defective Work.
C. Contractor shall be fully responsible to Owner and Engineer for all acts and
omissions of the Subcontractors, Suppliers, and other persons and organizations
performing or furnishing any of the Work under a direct or indirect contract with
Contractor just as Contractor is responsible for Contractor's own acts and omissions.
Nothing in the Contract Documents shall create any contractual relationship between
Owner, or Engineer and any such Subcontractor, Supplier, or other person or
organization, nor shall it create any obligation on the part of Owner or Engineer to
pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or
other person or organization except as may otherwise be required by Laws and
Regulations.
D. All Work performed for Contractor by a Subcontractor will be pursuant to an
appropriate agreement between Contractor and the Subcontractor which specifically
binds the Subcontractor to the applicable terms and conditions of the Contract
Documents for the benefit of Owner and Engineer and contains waiver provisions as
required by Paragraph 5.02F. Contractor shall pay each Subcontractor a just share of
any insurance moneys received by Contractor on account of losses under policies
issued pursuant to Paragraph 5.02D.
6.06 PATENT FEES AND ROYALTIES:
A. Contractor shall pay all license fees and royalties and assume all costs incident to the
use in the performance of the Work or the incorporation in the Work of any
invention, design, process, product, or device which is the subject of patent rights or
copyrights held by others. If a particular invention, design, process, product, or
device is specified in the Contract Documents for use in the performance of the Work
and if to the actual knowledge of Owner or Engineer its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the
existence of such rights shall be disclosed by Owner in the Contract Documents.
B. Contractor shall indemnify and hold harmless Owner and Engineer and anyone
directly or indirectly employed by either of them from and against all claims,
damages, losses, and expenses (including attorneys' fees and court and arbitration
costs) arising out of any infringement of patent rights or copyrights incident to the
City of Fayetteville 00700-21
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
I
I
I
I
I
I
I
I
I
I
I
1
use in the performance of the Work or resulting from the incorporation in the Work
of any invention, design, process, product, or device not specified in the Contract
Documents, and shall defend all such claims in connection with any alleged
infringement of such rights.
6.07 PERMITS:
A. Unless otherwise provided in the Contract Documents, Contractor shall obtain and
pay for all construction permits and licenses. Owner shall assist Contractor, when
necessary, in obtaining such permits and licenses. Contractor shall pay all
governmental charges and inspection fees necessary for the prosecution of the Work,
which are applicable at the time of opening of Bids. Contractor shall pay all charges
of utility owners for connections to the Work, and Owner shall pay all charges of
such utility owners for capital costs related thereto such as plant investment fees.
6.08 LAWS AND REGULATIONS:
A. Contractor shall give all notices and comply with all Laws and Regulations
applicable to furnishing and performance of the Work. Except where otherwise
expressly required by applicable Laws and Regulations, neither Owner nor Engineer
shall be responsible for monitoring Contractor's compliance with any Laws or
Regulations.
B. If Contractor observes that the Specifications or Drawings are at variance with any
Laws or Regulations, Contractor shall give Engineer prompt written notice thereof,
and any necessary changes will be authorized by one of the methods indicated in
Paragraph 3.02. If Contractor performs any Work knowing or having reason to know
that it is contrary to such Laws or Regulations, and without such notice to Engineer,
Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's
primary responsibility to make certain that the Specifications and Drawings are in
accordance with such Laws and Regulations.
6.09 TAXES:
A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be
paid or withheld by Contractor in accordance with the Laws and Regulations of the
place of the Project which are applicable during the performance of the Work.
6.10 USE OF PREMISES:
A. Contractor shall confine construction equipment, the storage of Equipment and
Materials, and the operations of workers to the Project Site and land and areas
identified in and permitted by the Contract Documents and other land and areas
permitted by Laws and Regulations, rights -of -way, permits, and easements, and shall
not unreasonably encumber the premises with construction equipment or other
equipment and materials. Contractor shall assume full responsibility for any damage
to any such land or area, or to the owner or occupant thereof or of any land or areas
contiguous thereto, resulting from the performance of the Work. Should any claim
be made against Owner or Engineer by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to settle with such other
party by agreement or otherwise resolve the claim by arbitration or at Law.
Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify
City of Fayetteville 00700-22
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
and hold Owner and Engineer harmless from and against all claims, damages, losses,
and expenses (including, but not limited to, fees of engineers, architects, attorneys
and other professionals, and court and arbitration costs) arising directly, indirectly or
consequentially out of any action, legal or equitable, brought by any such other party
against Owner or Engineer to the extent based on a claim arising out of Contractor's
performance of the Work.
B. During the progress of the Work, Contractor shall keep the premises free from
accumulations of waste materials, rubbish, and other debris resulting from the Work.
At the completion of the Work, Contractor shall remove all waste materials, rubbish,
and debris from and about the premises as well as all tools, appliances, construction
equipment and machinery, and surplus materials, and shall leave the Site clean and
ready for occupancy by Owner. Contractor shall restore to original condition all
property not designated for alteration by the Contract Documents.
C. Contractor shall not load nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall Contractor subject any part of the
Work or adjacent property to stresses or pressures that will endanger it.
6.11 RECORD DOCUMENTS:
A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings,
Specifications, Addenda, Written Amendments, Change Orders, Work Change
Directives, Field Test Records, Field Orders, and written interpretations and
clarifications (issued pursuant to Paragraph 9.04) in good order and annotated to
show all changes made during construction. These record documents together with
all approved Samples and a counterpart of all approved Submittals shall be available
to Engineer for reference. Upon completion of the Work, these record documents
and Submittals shall be delivered to Engineer for Owner.
B. Receipt and acceptance of record documents will be a prerequisite for final payment
on the Contract.
6.12 SAFETY AND PROTECTION:
A. Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the Work. Contractor shall take all
necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury, or loss to:
I. All employees on the Work and other persons and organizations who may be
affected thereby;
2. All the Work and Materials and Equipment to be incorporated therein,
whether in storage on or off the Site; and
3. Other property at the Site or adjacent thereto, including trees shrubs, lawns,
walks, pavements, roadways, structures, utilities and Underground Facilities
not designated for removal, relocation, or replacement in the course of
construction.
B. Contractor shall comply with all applicable Laws and Regulations of any public body
having jurisdiction for the safety of persons or property or to protect them from
damage, injury, or loss; and shall erect and maintain all necessary safeguards for such
safety and protection. Contractor shall notify owners of adjacent property and of
Underground Facilities and utility owners when prosecution of the Work may affect
City of Fayetteville 00700 — 23
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
I
I
I
I
i_]
ri
I
I
I
I
I
L
[1
them, and shall cooperate with them in the protection, removal, relocation, and
replacement of their property. All damage, injury or loss to any property referred to
in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by
Contractor, any Subcontractor, Supplier, or any other person or organization directly
or indirectly employed by any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, shall be remedied by Contractor
(except damage or loss attributable to the fault of Drawings or Specifications or to
the acts or omissions of Owner or Engineer or anyone employed by either of them or
anyone for whose acts either of them may be liable, and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's
duties and responsibilities for the safety and protection of the Work shall continue
until such time as all the Work is completed and Engineer has issued a notice to
Owner and Contractor in accordance with Paragraph 14.09A that the Work is
acceptable (except as otherwise expressly provided in connection with Substantial
Completion).
C. Contractor shall designate a responsible representative at the Site whose duty shall be
the prevention of accidents. This person shall be Contractor's superintendent unless
otherwise designated in writing by Contractor to Owner and Engineer.
6.13 EMERGENCIES:
A. In emergencies affecting the safety or protection of persons or the Work or property
at the Site or adjacent thereto, Contractor, without special instruction or authorization
from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or
loss. Contractor shall give Engineer prompt written notice if Contractor believes that
any significant changes in the Work or variations from the Contract Documents have
been caused thereby. If Engineer determines that a change in the Contract
Documents is required because of the action taken in response to an emergency, a
Change Order will be issued to document the consequences of the changes or
variations.
6.14 SUBMITTALS:
A. After checking and verifying all field measurements and after complying with
applicable procedures specified in the General Requirements, Contractor shall submit
to Engineer for review and acceptance by Engineer, in accordance with the accepted
schedule of submissions, copies of Submittals which will bear the required
information that Contractor has satisfied Contractor's responsibilities under the
Contract Documents with respect to the review of the submission. All submissions
will be identified as Engineer may require. The data shown on Submittals will be
complete with respect to quantities, dimensions, specified performance and design
criteria, materials, and similar data to enable Engineer to review the information as
required.
B. Before submission of each Submittal, Contractor shall have determined and verified
all quantities, dimensions, specified performance criteria, installation requirements,
materials, catalog numbers, and similar data with respect thereto and reviewed or
coordinated each Submittal with other Submittals and with the requirements of the
Work and the Contract Documents.
I
City of Fayetteville 00700— 24
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
C. At the time of each submission, Contractor shall give Engineer specific written notice
of each variation that the Submittal may have from the requirements of the Contract
Documents, and in addition, shall cause a specific notation to be made on each
Submittal submitted to Engineer for review and approval of each such variation.
D. Engineer will review Submittals with reasonable promptness, but Engineer's review
and acceptance will be only for conformance with the design concept of the Project
and for compliance with the information given in the Contract Documents and shall
not extend to means, methods, techniques, sequences, or procedures of construction
(except where a specific means, method, technique, sequence, or procedure of
construction is indicated in or required by the Contract Documents) or to safety
precautions or programs incident thereto. The review and approval of a separate item
as such will not indicate approval of the assembly in which the item functions.
Contractor shall make corrections required by Engineer, and shall return the required
number of corrected copies of Submittals and resubmit as required for review and
acceptance. Contractor shall direct specific attention in writing to revisions other
than the corrections called for by Engineer on previous Submittals.
E. Engineer's review and acceptance of Submittals shall not relieve Contractor from
responsibility for any variation from the requirements of the Contract Documents.
Contractor shall in writing call Engineer's attention to each and every variation at the
time of submission. Engineer will show approval of each such variation by a specific
written notation thereof incorporated in or accompanying the Submittal. Acceptance
by Engineer shall not relieve Contractor from responsibility for errors or omissions in
the Submittals.
F. Where a Submittal is required by the Specifications, any related Work performed
prior to Engineer's review and acceptance of the pertinent submission will be the sole
expense and responsibility of Contractor.
6.15 CONTINUING THE WORK:
A. Contractor shall carry on the Work and adhere to the progress schedule during all
disputes or disagreements with Engineer or Owner. No Work shall be delayed or
postponed pending resolution of any disputes or disagreements, except as permitted
by Paragraph 15.03 or as Contractor and Owner may otherwise agree in writing.
6.16 INDEMNIFICATION:
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify
and hold harmless Owner, Engineer, Engineer's Consultants, and the officers,
directors, partners, employees, agents, and other consultants and subcontractors of
each and any of them from and against all claims, damages, losses and expenses,
direct, indirect, or consequential (including but not limited to fees and charges of
engineers, architects, attorneys and other professionals, and court and arbitration
costs) arising out of or resulting from the performance of the Work, provided that any
such claim, damage, loss, or expense:
1. Is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself) including the
loss of use resulting therefrom, and
2. Is caused in whole or in part by any negligent act or omission of Contractor,
any Subcontractor, any person, or organization directly or indirectly
City of Fayetteville 00700-25
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
I
1
I
1
I
Li
I
1
I
I
I
I
I
employed by any of them to perform or furnish any of the Work or anyone
for whose acts any of them may be liable, regardless of whether or not it is
caused in part by a party indemnified hereunder or arises by or is imposed by
Laws and Regulations regardless of the negligence of any such party.
B. In any and all claims against Owner or Engineer or any of their consultants, agents,
or employees by any employee of Contractor, any Subcontractor, any person, or
organization directly or indirectly employed by any of them to perform or furnish any
of the Work or anyone for whose acts any of them may be liable, the indemnification
obligation under Paragraph 6.16A shall not be limited in any way by any limitation
on the amount or type of damages, compensation, or benefits payable by or for
Contractor or any such Subcontractor or other person or organization under workers'
or workmen's compensation acts, disability benefit acts, or other employee benefit
acts.
C. The obligations of Contractor under Paragraph 6.16A shall not extend to the liability
of Engineer, Engineer's Consultants, agents, or employees arising out of:
1. The preparation or approval of maps, drawings, opinions, reports, surveys,
Change Orders, designs, or specifications.
2. The giving of or the failure to give communications by Engineer, their
agents, or employees provided such giving or failure to give is the primary
cause of injury or damage.
D. If necessary for enforcement of any indemnification and hold harmless requirement
herein, or if applicable law requires the Contractor to obtain specified limits of
insurance to insure any indemnity obligation; then Contractor shall obtain such
applicable coverage with minimum limits not less than any specified in
Paragraph 5.028 herein, the cost to be recovered and included in the Contract Price,
and any indemnity attributable to the negligence of any indemnified party shall be
limited to such insurance.
ARTICLE 7- OTHER WORK
7.01 RELATED WORK AT SITE:
A. Owner may perform other work related to the Project at the Site by Owner's own
forces, have other work performed by utility owners, or let other direct contracts
therefor which shall contain General Conditions similar to these. If the fact that such
other work is to be performed was not noted in the Contract Documents, written
notice thereof will be given to Contractor prior to starting any such other work; and,
if Contractor believes that such performance will involve additional expense to
Contractor or requires additional time and the parties are unable to agree as to the
extent thereof, Contractor may make a claim therefor as provided in Articles 11 and
12.
B. Contractor shall afford each utility owner and other contractor who is a party to such
a direct contract (or Owner, if Owner is performing the additional work with Owner's
employees) proper and safe access to the Site and a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such work,
and shall properly connect and coordinate the Work with theirs; Contractor shall do
all cutting, fitting, and patching of the Work that may be required to make its several
parts come together properly and integrate with such other work. Contractor shall
City of Fayetteville 00700-26
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
not endanger any work of others by cutting, excavating, or otherwise altering their
I
work and will only cut or alter their work with the written consent of Engineer and
the others whose work will be affected.
C. If any part of Contractor's Work depends for proper execution or results upon the
1
work of any such other contractor or utility owner or Owner, Contractor shall inspect
and promptly report to Engineer in writing any delays, defects, or deficiencies in such
work that render it unavailable or unsuitable for such proper execution and results.
Contractor's failure so to report will constitute an acceptance of the other work as fit
and proper for integration with Contractor's Work except for latent or nonapparent
defects and deficiencies in the other work.
7.02 COORDINATION:
A. If Owner contracts with others for the performance of other work on the Project at the
Site, the person or organization who will have authority and responsibility for
coordination of the activities among the various prime contractors will be identified
in the General Requirements, and the specific matters to be covered by such authority
and responsibility will be itemized, and the extent of such authority and
responsibilities will be provided.
ARTICLE 8- OWNER'S RESPONSIBILITIES
8.01 COMMUNICATIONS:
A. Owner shall issue all communications to Contractor through Engineer.
8.02 CHANGE OF ENGINEER:
A. In case of termination of the employment of Engineer, Owner shall appoint an
engineer against whom Contractor makes no reasonable objection, whose status
under the Contract Documents shall be that of the former Engineer. Any dispute in
connection with such appointment shall be addressed as discussed in Article 16.
8.03 REQUIRED DATA:
A. Owner shall furnish the data required of Owner under the Contract Documents
promptly and shall make payments to Contractor promptly after they are due as
provided in Paragraphs 14.04A and 14.09A.
8.04 LANDS AND EASEMENTS:
A. Owner's duties in respect of providing lands and easements and providing
engineering surveys to establish reference points are set forth in Paragraphs 4.01 and
4.04.
8.05 INSURANCE:
A. Owner's responsibilities in respect of purchasing and maintaining insurance are set
forth in Paragraph 5.02.
8.06 CHANGE ORDERS:
A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01.
1
City of Fayetteville 00700 — 27
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
P1
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
8.07 INSPECTIONS AND TESTS:
A. Owner's responsibility in respect of certain inspections, tests and approvals is set
' forth in Paragraph 13.03B.
8.08 STOPPING THE WORK:
IA. In connection with Owner's right to stop Work or suspend Work, see
Paragraphs 13.06 and 15.02. Paragraph 15.02A deals with Owner's right to
terminate services of Contractor under certain circumstances.
' 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES:
A. Owner shall not supervise, direct, or have control or authority over, nor be
responsible for, Contractor's means, methods, techniques, sequences, or procedures
of construction, or the safety precautions and programs incident thereto, or for any
failure of Contractor to comply with Laws and Regulations applicable to the
performance of the Work. Owner will not be responsible for Contractor's failure to
I
perform the Work in accordance with the Contract Documents.
ARTICLE 9- ENGINEER'S STATUS DURING CONSTRUCTION
9.01 OWNER'S REPRESENTATIVE:
A. Engineer will be Owner's representative during the construction period. The duties
I
and responsibilities and the limitations of authority of Engineer as Owner's
representative during construction are set forth in the Contract Documents and shall
not be extended without written consent of Owner and Engineer.
9.02 VISITS TO SITE:
A. Engineer will make visits to the Site at intervals appropriate to the various stages of
construction to observe the progress and quality of the executed Work and to
determine, in general, if the Work is proceeding in accordance with the Contract
Documents. Engineer will not be required to make exhaustive or continuous on -Site
inspections to check the quality or quantity of the Work. Engineer's efforts will be
' directed toward providing for Owner a greater degree of confidence that the
completed Work will conform to the Contract Documents. On the basis of such visits
and on -Site observations as an experienced and qualified design professional,
' Engineer will keep Owner informed of the progress of the Work and will endeavor to
guard Owner against defects and deficiencies in the Work.
9.03 PROJECT REPRESENTATION:
1 A. Engineer may furnish Resident Project Representative and assistants to assist Owner
and Engineer in observing the performance of the Work.
I1. Communications pertaining to Submittals, written interpretations, and
Change Orders shall be directed to Engineer at his home office.
2. Communications pertaining to day-to-day operations at the Site shall be
directed to Resident Project Representative.
' 3. Resident Project Representative and his assistants will conduct observations
of the Work in progress to assist Engineer in determining that the Work is
proceeding in accordance with the Contract Documents.
• City of Fayetteville 00700-28
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
4. Resident Project Representative will not have authority to permit any
deviation from the Contract Documents, except with concurrence of Owner
and Engineer.
9.04 CLARIFICATIONS AND INTERPRETATIONS:
A. Engineer will issue with reasonable promptness such written clarifications or
interpretations of the requirements of the Contract Documents (in the form of
drawings or otherwise) as Engineer may determine necessary, which shall be
consistent with or reasonably inferable from the overall intent of the Contract
Documents. If Contractor believes that a written clarification or interpretation
justifies an increase in the Contract Price or an extension of the Contract Times and
the parties are unable to agree to the amount or extent thereof, Contractor may make
a claim therefor as provided in Article 11 or Article 12.
9.05 AUTHORIZED VARIATIONS IN WORK:
A. Engineer may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the
Contract Times and are consistent with the overall intent of the Contract Documents.
These may be accomplished by a Field Order and will be binding on Owner, and also
on Contractor who shall perform the Work involved promptly.
9.06 REJECTING DEFECTIVE WORK:
A. Engineer will have authority to disapprove or reject Work which Engineer believes to
be defective, and will also have authority to require special inspection or testing of
the Work as provided in Paragraph 13.05B, whether or not the Work is fabricated,
installed, or completed.
B. Resident Project Representative will have authority, subject to final decision of
Engineer, to disapprove or reject any defective workmanship, Equipment, or
Material.
9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS:
A. In connection with Engineer's responsibility for Submittals, see Paragraph 6.14.
B. In connection with Engineer's responsibilities as to Change Orders, see Articles 10,
11, and 12.
C. In connection with Engineer's responsibilities in respect of Applications for Payment,
see Article 14.
9.08 DETERMINATIONS FOR UNIT PRICES:
A. Engineer will determine the actual quantities and classifications of Unit Price Work
performed by Contractor. Engineer will review with Contractor the Engineer's
preliminary determinations on such matters before rendering a written decision
thereon to the Owner. Engineer will provide approval by recommendation of an
Application for Payment to the Owner or return Application to Engineer for further
review.
B. Engineer's written decisions thereon will be final and binding upon Owner and
Contractor, unless, within ten days after the date of any such decision, either Owner
City of Fayetteville 00700— 29
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
1
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
or Contractor delivers to the other party to the Agreement and to Engineer written
notice of intention to appeal such a decision.
9.09 DECISIONS ON DISPUTES:
A. Engineer will be the initial interpreter of the requirements of the Contract Documents
and judge of the acceptability of the Work thereunder. Claims, disputes, and other
I
matters relating to the acceptability of the Work or the interpretation of the
requirements of the Contract Documents pertaining to the performance and
furnishing of the Work and claims under Articles 11 and 12 in respect of changes in
I
the Contract Price or Contract Times will be referred initially to Engineer in writing
with a request for a formal decision in accordance with this Paragraph, which
Engineer will render in writing within a reasonable time. Written notice of each such
I
claim, dispute, and other matter will be delivered by the claimant to Engineer and the
other party to the Agreement promptly (but in no event later than 30 days) after the
occurrence of the event giving rise thereto, and written supporting data shall be
delivered to Engineer and the other party within 60 days after such occurrence unless
Engineer allows an additional period of time to ascertain more accurate data in
support of the claim. Owner may request written review by Engineer of claims,
disputes, and other matters relating to the acceptability of the Work or the
interpretation of the requirements of the Contract Documents.
B. When functioning as interpreter and judge under Paragraphs 9.08 and 9.09A,
Engineer will not show partiality to Owner or Contractor and Engineer will not be
liable in connection with any interpretation or decision rendered in good faith in such
capacity. The rendering of a decision by Engineer with respect to any such claim,
dispute, or other matter (except any which have been waived by the making or
I
acceptance of final payment as provided in Paragraph 14.11) will be a condition
precedent to any exercise by Owner or Contractor of such rights or remedies as either
may otherwise have under the Contract Documents or by Laws or Regulations in
respect of any such claim, dispute, or other matter.
' 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES:
A. Neither Engineer's authority to act under this Article 9 or elsewhere in the Contract
I
Documents nor any decision made by Engineer in good faith either to exercise or not
exercise such authority shall give rise to any duty or responsibility of Engineer to
Contractor, any Subcontractor, any Supplier, or any other person or organization
performing any of the Work, or to any surety for any of them.
B. Whenever in the Contract Documents the terms "as directed", "as required", "as
allowed", "as approved", or terms of like effect or import are used, or the adjectives
"reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of
like effect or import are used to describe a requirement, direction, review, or
judgment of Engineer as to the Work, it is intended that such requirement, direction,
review or judgment will be solely to evaluate the Work for compliance with the
Contract Documents (unless there is a specific statement indicating otherwise). The
use of any such term or adjective shall not be effective to assign to Engineer any duty
or authority to supervise or direct the furnishing or performance of the Work or any
1 duty or authority to undertake responsibility contrary to the provisions of
Paragraphs 9.10C or 9.10D.
City of Fayetteville 00700 — 30
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
C. Engineer will not supervise, direct, control, or have authority over or be responsible
for Contractor's means, methods, techniques, sequences, or procedures of
construction, or the safety precautions and programs incident thereto, or for any
failure of Contractor to comply with Laws and Regulations applicable to the
performance of the Work. Engineer will not be responsible for Contractor's failure
to perform or furnish the Work in accordance with the Contract Documents.
D. Engineer will not be responsible for the acts or omissions of Contractor or of any
Subcontractor, any Supplier, or of any other person or organization performing or
furnishing any of the Work.
E. The presence or absence of Engineer, or any of their representatives will not act to
relieve Contractor of any responsibility or of any guarantee of his performance.
Neither will observation by Engineer, or any of their representatives in any way be
understood to relieve Contractor of any responsibility for proper supervision of the
Work at all times.
F. Review by Engineer of the final Application for Payment and accompanying
documentation and all maintenance and operating instructions, schedules, guarantees,
Bonds, certificates of inspection, tests and approvals, and other documentation
required to be delivered by Paragraph 14.08A will only be to determine generally that
their content complies with the requirements of, and in the case of certificates of
inspections, tests, and approvals that the results certified indicate compliance with,
the Contract Documents.
G. The limitations upon authority and responsibility set forth in this Paragraph 9.10 shall
also apply to Engineer's Consultants, Resident Project Representative, and assistants.
ARTICLE 10 - CHANGES IN THE WORK
10.01 GENERAL:
A. Without invalidating the Agreement and without notice to any surety, Owner may, at
any time or from time to time, order additions, deletions, or revisions in the
Work; these will be authorized by a Written Amendment, a Change Order, or a Work
Change Directive. Upon receipt of any such document, Contractor shall promptly
proceed with the Work involved which shall be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided).
B. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or
decrease in the Contract Price or an extension or a shortening of the Contract Times
that should be allowed as a result of a Work Change Directive, a claim may be made
therefore as provided in Article 11 or 12.
C. Contractor shall not be entitled to an increase in the Contract Price or an extension of
the Contract Times with respect to any Work performed that is not required by the
Contract Documents as amended, modified, and supplemented as provided in
Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in
Paragraph 6.13 and except in the case of uncovering Work as provided in
Paragraph 13.058.
D. Owner and Contractor shall execute appropriate Change Orders (or Written
Amendments) covering:
1. Changes in the Work which are ordered by Owner pursuant to
Paragraph 10.01 A, are required because of acceptance of defective Work
City of Fayetteville 00700-31
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
1
I
I
I
I
f
I
I
Li
1
I
I
I
I
under Paragraph 13.09 or correcting defective Work under Paragraph 13.10,
or are agreed to by the parties;
2. Changes in the Contract Price or Contract Times which are agreed to by the
parties; and
3. Changes in the Contract Price or Contract Times which embody the
substance of any written decision rendered by Engineer pursuant to
Paragraph 9.09A, provided that, in lieu of executing any such Change Order,
an appeal may be taken from any such decision in accordance with the
provisions of the Contract Documents and applicable Laws and Regulations,
but during any such appeal, Contractor shall carry on the Work and adhere to
the progress schedule as provided in Paragraph 6.15.
E. If notice of any change affecting the general scope of the Work or the provisions of
the Contract Documents (including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be given to a surety, the giving
of any such notice will be Contractor's responsibility, and the amount of each
applicable Bond will be adjusted accordingly.
ARTICLE 11- CHANGE OF CONTRACT PRICE
11.01 GENERAL:
A. The Contract Price constitutes the total compensation (subject to authorized
adjustments) payable to Contractor for performing the Work. All duties,
responsibilities, and obligations assigned to or undertaken by Contractor shall be at
his expense without change in the Contract Price.
B. The Contract Price may only be changed by a Change Order or a Written
Amendment. Any claim for an increase or decrease in the Contract Price shall be
based on written notice delivered by the party making the claim to the other party and
to Engineer promptly (but in no event later than 30 days) after the occurrence of the
event giving rise to the claim and stating the general nature of the claim. Notice of
the amount of the claim with supporting data shall be delivered within 60 days after
such occurrence (unless Engineer allows an additional period of time to ascertain
more accurate data in support of the claim) and shall be accompanied by claimant's
written statement that the amount claimed covers all known amounts (direct, indirect,
and consequential) to which the claimant is entitled as a result of the occurrence of
said event. All claims for adjustment in the Contract Price shall be determined by
Engineer in accordance with Paragraph 9.09A if Owner and Contractor cannot
otherwise agree on the amount involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this Paragraph 11.01B.
C. The value of any Work covered by a Change Order or of any claim for an increase or
decrease in the Contract Price shall be determined in one of the following ways:
1. Where the Work involved is covered by Unit Prices contained in the Contract
Documents, by application of Unit Prices to the quantities of the items
involved (subject to the provisions of Paragraphs 11.05A through 11.05C,
inclusive).
2. By mutual acceptance of a lump sum (which may include an allowance for
overhead and profit not necessarily in accordance with
Paragraph 11.03A.2.a.
City of Fayetteville 00700 — 32
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00700- GENERAL CONDITIONS: (continued)
3. On the basis of the Cost of the Work (determined as provided in
Paragraphs 11.02A and 11.02B) plus a Contractor's Fee for overhead and
profit (determined as provided in Paragraphs 11.03A and 11.03B).
11.02 COST OF THE WORK:
A. The term Cost of the Work means the sum of all costs necessarily incurred and paid
by Contractor in the proper performance of the Work. Except as otherwise may be
agreed to in writing by Owner, such costs shall be in amounts no higher than those
prevailing in the locality of the Project, shall include only the following items and
shall not include any of the costs itemized in Paragraph 11.02B.
1. Payroll costs for employees in the direct employ of Contractor in the
performance of the Work under schedules of job classifications agreed upon
by Owner and Contractor. Payroll costs for employees not employed full
time on the Work shall be apportioned on the basis of their time spent on the
Work. Payroll costs shall include, but not be limited to, salaries and wages
plus the cost of fringe benefits which shall include social security
contributions, unemployment, excise and payroll taxes, workers' or
workmen's compensation, health and retirement benefits, bonuses, sick
leave, vacation, and holiday pay applicable thereto. Such employees shall
include superintendents and foremen at the Site. The expenses of performing
Work after regular working hours, on Saturday, Sunday, or legal holidays,
shall be included in the above to the extent authorized by Owner.
2. Cost of all Equipment and Materials furnished and incorporated in the Work,
including costs of transportation and storage thereof, and Suppliers' field
services required in connection therewith. All cash discounts shall accrue to
Contractor unless Owner deposits funds with Contractor with which to make
payments, in which case the cash discounts shall accrue to Owner. All trade
discounts, rebates and refunds, and all returns from sale of surplus materials
and equipment shall accrue to Owner, and Contractor shall make provisions
so that they may be obtained.
3. Payments made by Contractor to the Subcontractors for Work performed by
Subcontractors. If required by Owner, Contractor shall obtain competitive
bids from Subcontractors acceptable to Contractor and shall deliver such bids
to Owner who will then determine, with the advice of Engineer, which bids
will be accepted. If a subcontract provides that the Subcontractor is to be
paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of
the Work shall be determined in thesamemanner as Contractor's Cost of the
Work. All subcontracts shall be subject to the other provisions of the
Contract Documents insofar as applicable.
4. Costs of special consultants (including but not limited to engineers,
architects, testing laboratories, surveyors, attorneys, and accountants)
employed for services specifically related to the Work.
5. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence
expenses of Contractor's employees incurred in discharge of duties
connected with the Work.
b. Costs, including transportation and maintenance, of all materials,
supplies, equipment, machinery, appliances, office and temporary
City of Fayetteville 00700 — 33
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
I
I
I
I
I
I
I
I
I
I
1
I
ri
I
facilities at the Site, and hand tools not owned by the workers, which are
consumed in the performance of the Work, and cost less market value of
such items used but not consumed which remain the property of
Contractor.
c. Rentals of all construction equipment and machinery and the parts
thereof whether rented from Contractor or others in accordance with
rental agreements approved by Owner with the advice of Engineer, and
the costs of transportation, loading, unloading, installation, dismantling,
and removal thereof - all in accordance with terms of said rental
agreements. The rental of any such equipment, machinery, or parts shall
cease when the use thereof is no longer necessary for the Work.
d. Sales, consumer, use, or similar taxes related to the Work, and for which
Contractor is liable, imposed by Laws and Regulations.
e. Deposits lost for causes other than negligence of Contractor, any
Subcontractor, or anyone directly or indirectly employed by any of them
or for whose acts any of them may be liable, and royalty payments and
fees for permits and licenses.
f. Losses and damages not compensated by insurance or otherwise, to the
Work or otherwise sustained by Contractor in connection with the
performance and furnishing of the Work provided they have resulted
from causes other than the negligence of Contractor, any Subcontractor,
or anyone directly or indirectly employed by any of them or for whose
acts any of them may be liable; shall include settlements made with the
written consent and approval of Owner. No such losses, damages, and
expenses shall be included in the cost of the Work for the purpose of
determining Contractor's fee. If, however, any such loss or damage
requires reconstruction and Contractor is placed in charge thereof,
Contractor shall be paid for services a fee proportionate to that stated in
Paragraph 11.03A.2.
g. The cost of utilities, fuel, and sanitary facilities at the Site.
h. Minor expenses such as telegrams, long distance telephone calls,
telephone service at the Site, expressage, and similar petty cash items in
connection with the Work.
i. Cost of premiums for additional Bonds and insurance required because
of changes in the Work and premiums for property insurance coverage
within the limits of the deductible amounts established by Owner in
accordance with Paragraph 5.02D.4.
B. The term Cost of the Work shall not include any of the following:
1. Payroll costs and other compensation of Contractor's officers, executives,
principals (of partnerships and sole proprietorships), general managers,
engineers, architects, estimators, attorneys, auditors, accountants, purchasing
and contracting agents, expediters, timekeepers, clerks, and other personnel
employed by Contractor whether at the Site or in Contractor's principal or a
branch office for general administration of the Work and not specifically
included in the agreed upon schedule of job classifications referred to in
Paragraph 11.02A.1 or specifically covered by Paragraph 11.02A.4, all of
which are to be considered administrative costs covered by the Contractor's
fee.
City of Fayetteville 00700 — 34
Missouri Creek at Rolling Hills Drive Drainage Improvements
h
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
2. Expenses of Contractor's principal and branch offices other than Contractor's
office at the Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's
capital employed for the Work, and charges against Contractor for delinquent
payments.
4. Cost of premiums for all Bonds and for all insurance whether or not
Contractor is required by the Contract Documents to purchase and maintain
the same (except for the cost of premiums covered by
subparagraph 11.02A.5.i above).
5. Costs due to the negligence of Contractor, any Subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them
may be liable, including but not limited to, the correction of defective Work,
disposal of materials or equipment wrongly supplied, and making good any
damage to property.
6. Other overhead or general expense costs of any kind and the costs of any
item not specifically and expressly included in Paragraph 11.02A.
11.03 CONTRACTOR'S FEE:
A. The Contractor's Fee allowed to Contractor for overhead and profit shall be
detennined as follows:
1. A mutually acceptable fixed fee; or if none can be agreed upon,
2. A fee based on the following percentages of the various portions of the Cost
of the Work:
a. For costs incurred under Paragraphs 11.02A.1 and 11.02A.2, the
Contractor's Fee shall be 10%(negotiable with Owner);
b. For costs incurred under Paragraph 11.02A.3, the Contractor's Fee shall
be 5%; and if a subcontract is on the basis of Cost of the Work Plus a
Fee, the maximum allowable to Contractor on account of overhead and
profit of all Subcontractors shall be 10%(negotiable with Owner);
c. Where one or more tiers of subcontracts are on the basis of the Cost of
the Work Plus a Fee and no fixed fee is agreed upon, the intent of
Paragraphs 1 1.03A and Ii .02A. 1 through A.3 is that the Subcontractor
who actually performs or furnishes the Work, at whatever tier, will be
paid a fee of ten percent (10%) of the costs incurred by such
Subcontractor under Paragraphs 11.02A.I and 11.02A.2 and that any
higher tier Subcontractor and Contractor will each be paid a fee of five
percent (5%) of the amount paid to the next lower tier Subcontractor.
d. No fee shall be payable on the basis of costs itemized under
Paragraph 11.02A.4, 11.02A.5 and 11.02B;
e. The amount of credit to be allowed by Contractor to Owner for any such
change which results in a net decrease in cost will be the amount of the
actual net decrease plus a deduction in Contractor's Fee by an amount
equal to 10% of the net decrease; and
f. When both additions and credits are involved in any one change, the
adjustment in Contractor's Fee shall be computed on the basis of the net
change in accordance with Paragraphs 11.03A.2.a through 11.03A.2.d,
inclusive.
City of Fayetteville 00700-35
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
L
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or
11.02B, Contractor will submit in form acceptable to Engineer an itemized cost
breakdown together with supporting data.
I1 1.04 CASH ALLOWANCES:
A. Not applicable.
' 11.05 UNIT PRICE WORK:
A. Where the Contract Documents provide that all or part of the Work is to be Unit
Price Work, initially the Contract Price will be deemed to include for all Unit Price
Work an amount equal to the sum of the established Unit Prices for each separately
identified item of Unit Price Work times the estimated quantity of each item as
indicated in the Agreement. The estimated quantities of items of Unit Price Work arc
not guaranteed and are solely for the purpose of comparison of Bids and determining
an initial Contract Price. Determinations of the actual quantities and classifications
of Unit Price Work performed by Contractor will be made by Engineer in accordance
with Paragraph 9.08.
B. Each Unit Price will be deemed to include an amount considered by Contractor to be
I
adequate to cover Contractor's overhead and profit for each separately identified
item.
C. Where the quantity of any item of Unit Price Work performed by Contractor exceeds
I
the estimated quantity of such item indicated in the Agreement by twenty-five
percent or more and there is no corresponding adjustment with respect to any other
item of Work and if Contractor believes that Contractor has incurred additional
expense as a result thereof, Contractor may make a claim for an increase in the
' Contract Price in accordance with Article 11 if the parties are unable to agree as to
the amount of any such increase.
11.06 RIGHT OF AUDIT:
IA. Owner shall have the right to inspect and audit all of Contractor's books, records,
correspondence, instructions, drawings, receipts, payment records, vouchers, and
I
memoranda relating to the Work, and Contractor shall preserve all such records and
supporting documentation for a period of three years after date of Final Payment.
Contractor hereby grants to Owner the authority to enter Contractor's premises for
the purpose of inspection of such records and supporting documentation or, at
' Contractor's option, Contractor may make such records and supporting
documentation available to Owner at a location satisfactory to Owner.
B. All of the records and supporting documentation shall be open to inspection and
I
subject to audit and reproduction by Owner or its authorized representative for any
and all purposes, including but not limited to (i) compliance with the Contract
Documents; (ii) proper pricing of Change Orders; and (iii) claims submitted by or
I
against Contractor or any Subcontractor or Supplier in connection with any
performance under the Contract Documents.
I
I
City of Fayetteville 00700-36
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
ARTICLE 12 - CHANGE OF CONTRACT TIMES
12.01 GENERAL:
A. The Contract Times may only be changed by a Change Order or a Written
Amendment. Contractor, in undertaking to complete the Work within the Contract
Times, shall take into consideration and make allowances for all of the ordinary
delays and hindrances incident to such Work, whether growing out of delays in
securing equipment or materials or workmen or otherwise.
B. Adjustments to the Contract Times will be made for delays in completion of the
Work from causes beyond Contractor's control, including the following:
1. Federal embargoes, priority orders, or other restrictions imposed by the
United States Government.
2. Unusual delay in fabrication or shipment of Equipment or Materials required
in the Work, whether ordered by Contractor or furnished by Owner or others
under separate contract.
3. Strikes and other labor disputes.
4. Delays caused by court proceedings.
5. Change Orders.
6. Neglect, delay, or default of any other contractor employed by Owner.
7. Unusual construction delays resulting from weather conditions abnormal to
the geographical area and to the season of the year such as above normal
continuous days of precipitation, above normal amount of precipitation
within a 24 hour period, or above normal days of extreme cold or hot
temperature conditions affecting installation / application due to
manufacturers or specifications limitations. These conditions will not be
cause for extensions of time if abnormal weather conditions do not affect the
stage of construction. All claims for extension of time due to abnormal
weather conditions must be substantiated with evidence from a weather
bureau or other authoritative source. Weather conditions normal to the
geographical area and to the season of the year shall be taken into
consideration in the Bid. Normal conditions shall be defined as the average
number of days, amounts, or both over a 5 -year period averaged per season.
8. Conflicts, errors or discrepancies in the Contract Documents reported to
Engineer as provided in these General Conditions.
9. Any failure or delay by Contractor in supplying equipment, materials, work,
or services that are Year 2000 compliant or failure or delay by Contractor's
Subcontractors or Suppliers in providing equipment, materials, work, or
services as a result of Subcontractors' or Suppliers' lack of Year 2000
compliance in their own operations, systems, or processes used to provide or
deliver equipment, material, work, or services shall not be considered to be
caused by events beyond Contractor's control. Such Year 2000 compliance
problems shall not constitute a basis for delay in completion of the Work,
adjustment to the Contract Times, or an excuse for Contract nonperformance.
C. Owner shall award extensions of the Contract Times on account of such causes of
delay, provided that adequate evidence is presented to enable Engineer to determine
with exactness the extent and duration of delay for each item involved.
City of Fayetteville 00700 — 37
Missouri Creek at Rolling Hills Drive Drainage lmprovcments
n
LJ
1
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
________________________
ID.
No extension to the Contract Times will be granted for delays involving only portions
of the Work, or which do not directly affect the time required for completion of the
IE.
entire Work.
Any claim for an extension to the Contract Times shall be delivered in writing to
Owner and Engineer within ten days of the occurrence of the event giving rise to the
claim. All claims for adjustment to the Contract Times will be determined by
1
Engineer if Owner and Contractor cannot otherwise agree. Any change to the
Contract Times resulting from any such claim will be incorporated in a Change Order
or a Written Amendment.
F.
All time limits stated in the Contract Documents are of the essence of the
Agreement. The provisions of this Article 12 shall not exclude recovery for damages
(including but not limited to fees and charges of engineers, architects, attorneys and
I
other professionals, and court and arbitration costs) for delay by either party.
ARTICLE 13 -
WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS;
CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE
WORK
13.01 WARRANTY AND GUARANTEE:
A.
Contractor warrants and guarantees to Owner and Engineer that all Work will be in
accordance with the Contract Documents and will not be defective. Prompt notice of
I
all defects shall be given to Contractor. All defective Work, whether or not in place,
may be rejected, corrected or accepted as provided in this Article 13.
B.
No provision in the Contract Documents nor any specified guarantee time limit shall
I
be held to limit Contractor's liability for defects to less than the legal limit of liability
in accordance with the Law.
C.
All Equipment and Materials furnished by Contractor for the Work shall carry a
written guarantee from the manufacturer or Supplier of such items when called for in
1
the Specifications. Written guarantees shall be submitted to Engineer with other
Submittals. Engineer will transmit such guarantees to Owner for review.
'
13.02 ACCESS TO THE WORK:
A.
Engineer and Engineer's representatives, other representatives of Owner, testing
agencies, and governmental agencies with jurisdictional interests will have access to
the Work at reasonable times for their observation, inspecting, and testing.
I
Contractor shall provide proper and safe conditions for such access.
13.03 TESTS AND INSPECTIONS:
A.
Contractor shall give Engineer timely notice of readiness of the Work for all required
inspections, tests, or approvals and shall cooperate with inspection and testing
personnel.
B.
Owner slia� ll employand p y for the_ser ?ices of an -independent -t g -laboratory -to
perform all inspections, tests, or approvals required by the Contract Documents
I
except:
1. for inspections, tests, or approvals covered by Paragraphs 13.03C and
13.03D below;
I
City of Fayetteville 00700-38
Missouri Creek at Rolling Hills Drive Drainage Improvements
n
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
2. that costs incurred in connections with tests or inspections conducted
pursuant to Paragraph 13.05B shall be paid as provided in said
Paragraph 13.05B; and
3. as otherwise specifically provided in the Contract Documents.
C. If Laws or Regulations of any public body having jurisdiction require any Work (or
part thereof) to specifically be inspected, tested, or approved, Contractor shall assume
full responsibility therefor, pay all costs in connection therewith, and furnish
Engineer the required certificates of inspection, testing, or approval.
D. Contractor shall also be responsible for and shall pay all costs in connection with any
inspection or testing required in connection with Owner's or Engineer's acceptance
of a Supplier of Materials or Equipment proposed to be incorporated in the Work, or
of Materials or Equipment submitted for approval prior to Contractor's purchase
thereof for incorporation in the Work.
E. All inspections, tests, or approvals other than those required by Laws or Regulations
of any public body having jurisdiction shall be performed by organizations
acceptable to Owner and Contractor (or by Engineer if so specified).
F. If any Work (including the work of others) that is to be inspected, tested, or approved
is covered without written concurrence of Engineer, it must, if requested by Engineer,
be uncovered for observation. Such uncovering shall be at Contractor's expense
unless Contractor has given Engineer timely notice of Contractor's intention to cover
the same and Engineer has not acted with reasonable promptness in response to such
notice.
G. Neither observations by Engineer nor inspections, tests, or approvals by others shall
relieve Contractor from Contractor's obligations to perform the Work in accordance
with the Contract Documents.
13.04 DEFECTIVE WORK:
A. The term "defective" is used in these documents to describe Work that is
unsatisfactory, faulty, not in conformance with the requirements of the Contract
Documents, or not meeting the requirements of any inspection, test, approval, or
acceptance required by Law or the Contract Documents.
I
I
I
I
I
I
I
I
I
I
B. Any defective Work may be disapproved or rejected by Engineer at any time before
final acceptance even though it may have been overlooked and included in a previous
Application for Payment.
C. Prompt notice will be given by Engineer to Contractor of defects as they become
evident.
13.05 UNCOVERING WORK:
A. If any Work is covered contrary to the written request of Engineer, it shall, if
requested by Engineer, be uncovered for Engineer's observation and replaced at
Contractor's expense.
B. If Engineer considers it necessary or advisable that covered Work be observed by
Engineer or inspected or tested by others, Contractor, at Engineer's request, shall
uncover, expose, or otherwise make available for observation, inspection, or testing
as Engineer may require, that portion of the Work in question, furnishing all
necessary labor, material, and equipment. If it is found that such Work is defective,
City of Fayetteville 00700 — 39
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
LI
I
I
I
I
I
L
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
IContractor shall bear all direct, indirect, and consequential costs of such uncovering,
exposure, observation, inspection, and testing and of satisfactory reconstruction,
(including but not limited to fees and charges of engineers, architects, attorneys, and
' other professionals); and Owner shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount thereof, may
make a claim therefor as provided in Article 11. If, however, such Work is not found
Ito be defective, Contractor shall be allowed an increase in the Contract Price or an
extension of the Contract Times, or both, directly attributable to such uncovering,
exposure, observation, inspection, testing, and reconstruction; and, if the parties are
• unable to agree as to the amount or extent thereof, Contractor may make a claim
• therefor as provided in Articles 11 and 12.
13.06 OWNER MAY STOP THE WORK:
A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or
suitable materials or equipment, or fails to furnish or perform the Work in such a way
that the completed Work will conform to the Contract Documents, Owner may order
Contractor to stop the Work, or any portion thereof, until the cause for such order has
been eliminated; however, this right of Owner to stop the Work shall not give rise to
any duty on the part of Owner to exercise this right for the benefit of Contractor or
' any other party.
13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK:
U
A. If required by Engineer, Contractor shall promptly, as directed, either correct all
defective Work, whether or not fabricated, installed or completed, or, if the Work has
been rejected by Engineer, remove it from the Site and replace it with nondefective
I
Work. Contractor shall bear all direct, indirect, and consequential costs of such
correction or removal (including but not limited to fees and charges of engineers,
architects, attorneys, and other professionals) made necessary thereby.
I
13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD:
A. If within two years after the Date of Substantial Completion or such longer period of
time as may be prescribed by Laws or Regulations or by the terms of any applicable
U
special guarantee required by the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be defective, Contractor shall
promptly, without cost to Owner and in accordance with Owner's written
I
instructions, either correct such defective Work, or, if it has been rejected by Owner,
remove it from the Site and replace it with nondefective Work. If Contractor does
not promptly comply with the terms of such instructions, or in an emergency where
' delay would cause serious risk of loss or damage, Owner may have the defective
Work corrected or the rejected Work removed and replaced, and all direct, indirect,
and consequential costs of such removal and replacement (including but not limited
to fees and charges of engineers, architects, attorneys, and other professionals) will
be paid by Contractor. In special circumstances where a particular item of
Equipment is placed in continuous service before Substantial Completion of all the
Work, the correction period for that item may start to run from an earlier date if so
provided in the Specifications or by Written Amendment.
I
City of Fayetteville 00700— 40
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
13.09 ACCEPTANCE OF DEFECTIVE WORK:
A. If, instead of requiring correction or removal and replacement of defective Work,
Owner and, prior to Engineer's recommendation of final payment, also Engineer
prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect, and
consequential costs attributable to Owner's evaluation of and determination to accept
such defective Work (such costs to be approved by Engineer as to reasonableness and
to include but not be limited to fees and charges of engineers, architects, attorneys,
and other professionals). If any such acceptance occurs prior to Engineer's
recommendation of final payment, a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and Owner
shall be entitled to an appropriate decrease in the Contract Price, and, if the parties
are unable to agree as to the amount thereof, Owner may make a claim therefor as
provided in Article 11. If the acceptance occurs after such recommendation, an
appropriate amount will be paid by Contractor to Owner.
13.10 OWNER MAY CORRECT DEFECTIVE WORK:
A. If Contractor fails within a reasonable time after written notice of Engineer to
proceed to correct and to correct defective Work or to remove and replace rejected
Work as required by Engineer in accordance with Paragraph 13.07, or if Contractor
fails to perform the Work in accordance with the Contract Documents, or if
Contractor fails to comply with any other provision of the Contract Documents,
Owner may, after seven days' written notice to Contractor, correct and remedy any
such deficiency. In exercising the rights and remedies under this Paragraph, Owner
shall proceed expeditiously.
B. To the extent necessary to complete corrective and remedial action, Owner may
exclude Contractor from all or part of the Site, take possession of all or part of the
Work, and suspend Contractor's services related thereto, take possession of
Contractor's tools, appliances, construction equipment, and machinery at the Site and
incorporate in the Work all Equipment and Materials stored at the Site or for which
Owner has paid Contractor but which arc stored elsewhere.
C. Contractor shall allow Owner, Owner's representatives, agents, and employees such
access to the Site as may be necessary to enable Owner to exercise the rights and
remedies under this Paragraph.
D. All direct, indirect, and consequential costs of Owner in exercising such rights and
remedies will be charged against Contractor in an amount approved as to
reasonableness by Engineer,, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and Owner
shall be entitled to an appropriate decrease in the Contract Price, and, if the parties
are unable to agree as to the amount thereof, Owner may make a claim therefor as
provided in Article 11. Such direct, indirect, and consequential costs will include but
not be limited to fees and charges of engineers, architects, attorneys and other
professionals, all court and arbitration costs, and all costs of repair and replacement
of work of others destroyed or damaged by correction, removal, or replacement of
Contractor's defective Work.
E. Contractor shall not be allowed an extension of the Contract Times because of any
delay in performance of the Work attributable to the exercise by Owner of Owner's
rights and remedies hereunder.
City of Fayetteville 00700— 41
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
IARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 SCHEDULE OF VALUES:
A. The schedule of values established will serve as the basis for progress payments and
will be incorporated into a form of Application for Payment acceptable to Engineer.
' Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 APPLICATION FOR PROGRESS PAYMENT:
' A. Not later than the 15`h day of each month, or on the next business day thereafter, (but
not more often than once a month), Contractor shall submit to Engineer for review an
I
Application for Payment filled out and signed by Contractor covering the Work
completed as of the date of the Application and accompanied by such supporting
documentation as is required by the Contract Documents.
B. Beginning with the second Application for Payment, each Application shall include
an affidavit of Contractor stating that all previous progress payments received on
account of the Work have been applied on account to discharge Contractor's
legitimate obligations associated with prior Applications for Payment.
C. If payment is requested on the basis of Equipment and Materials not incorporated in
the Work but delivered and suitably stored at the Site or at another location agreed to
in writing, the Application for Payment shall also be accompanied by a bill of sale,
invoice, or other documentation warranting that Owner has received the Equipment
and Materials free and clear of all liens, charges, security interests, and encumbrances
(which are hereinafter in these General Conditions referred to as "Liens") and
evidence that the Equipment and Materials are covered by appropriate property
insurance and other arrangements to protect Owner's interest therein, all of which
will be satisfactory to Owner.
D. The amount of rtainage with respect to progress payments will be as stipulated in
Paragraph 14.04G.
14.03 CONTRACTOR'S WARRANTY OF TITLE:
A. Contractor warrants and guarantees that title to all Work, Materials, and Equipment
covered by any Application for Payment, whether incorporated in the Project or not,
will pass to Owner no later than the time of payment free and clear of all Liens.
14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT:
A. Engineer will, within seven days after receipt of each Application For Payment,
' either indicate in writing a recommendation of payment and present the Application
to Owner (subject to the provisions of the last sentence of Paragraph 14.04D), or
return the Application to Contractor indicating in writing Engineer's reasons for
I
refusing to recommend payment. In the latter case, Contractor may make the
necessary corrections and resubmit the Application. After the required internal
reviews and processing by the Owner, the Owner will diligently proceed to make
I
payment to the Contractor, in accordance with the approved payment request, within
30 days. All efforts will be made to make payments within the 30 day period, but the
Owner cannot guarantee the 30 days maximum time.
I
City of Fayetteville 00700-42
Missouri Creek at Rolling Hills Drive Drainage Improvements
Li
I
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
B. Engineer's recommendation of any payment requested in an Application for Payment
1
will constitute a representation by Engineer to Owner, based on Engineer's on -Site
observations of the Work in progress as experienced and qualified design
professionals and on Engineer's review of the Application for Payment and the
accompanying data and schedules that the Work has progressed to the point
indicated; that, to the best of Engineer's knowledge, information, and belief, the
quality of the Work is in accordance with the Contract Documents (subject to an
evaluation of the Work as a functioning whole prior to or upon Substantial
Completion, to the results of any subsequent tests called for in the Contract
Documents, to a final determination of quantities and classifications for Unit Price
Work under Paragraph 9.08, and to any other qualifications stated in the
recommendation); and that Contractor is entitled to payment of the amount
recommended. However, by recommending any such payment, Engineer will not
thereby be deemed to have represented that exhaustive or continuous on -Site
inspections have been made to check the quality or the quantity of the Work beyond
the responsibilities specifically assigned to Engineer in the Contract Documents, or
that there may not be other matters or issues between the parties that might entitle
Contractor to be paid additionally by Owner or Owner to withhold payment to
Contractor.
C. Engineer's recommendation of final payment will constitute an additional
representation by Engineer to Owner that the conditions precedent to Contractor's
being entitled to final payment as set forth in Paragraph 14.09 have been fulfilled.
D. Engineer may refuse to recommend the whole or any part of any payment if, in
Engineer's opinion, it would be incorrect to make such representations to Owner.
Engineer may also refuse to recommend any such payment, or, because of
subsequently discovered evidence or the results of subsequent inspections or tests,
nullify any such payment previously recommended, to such extent as may be
necessary in Engineer's opinion to protect Owner from loss because:
I. The Work is defective, or completed Work has been damaged requiring
correction or replacement.
2. Written claims have been made against Owner or Liens have been filed in
connection with the Work.
3. The Contract Price has been reduced by Written Amendment or Change
Order
4. Owner has been required to correct defective Work or complete Work in
accordance with Paragraph 1.3.10,
5. Of Engineer's 'actual knowledge of the occurrence of any of the events
enumerated in Paragraph 15.02B.
6. Of Contractor's unsatisfactory prosecution of the Work in accordance with
the Contract Documents.
7. Contractor's failure to make payment to Subcontractors, or for labor,
Materials, or Equipment, or
8. Engineer shall not certify payments requesting more than eighty (80) percent
of the Contract amount until such time as all operation, maintenance, repair,
and replacement manuals, and product data has been furnished by the
Contractor to the Owner.
E. Owner may refuse to make payment of the full amount recommended by Engineer
because claims have been made against Owner on account of Contractor's
City of Fayetteville 00700— 43
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
' performance of furnishing of the Work, or Liens have been filed in connection with
the Work, or there are other items entitling Owner to a set-off against the amount
recommended, but Owner must give Contractor immediate written notice (with a
I
copy to Engineer) stating the reasons for such action.
F. When all grounds for withholding payment arc removed, payment will be made in
the amounts withheld because of them.
I
G. Progress payments will be in the amount of 90% of the amount of the Work
completed and 100% of Equipment and Materials suitably stored and documented as
indicated on the Application for Payment less the sum of all previous payments.
When the amount retained by Owner becomes equal to 5% of the Contract Price, the
remaining progress payments will be made in full, provided Contractor's
performance is satisfactory in the opinions of Engineer and Owner.
' 14.05 SUBSTANTIAL COMPLETION:
A. When Contractor considers the entire Work ready for its intended use, Contractor
U
shall notify Owner and Engineer in writing that the entire Work is substantially
complete (except for items specifically listed by Contractor as incomplete) and
request that Engineer issue a certificate of Substantial Completion.
B. Within a reasonable time thereafter, Contractor, and Engineer shall make an
inspection of the Work to determine the status of completion. If Engineer does not
consider the Work substantially complete, Engineer will notify Contractor in writing
I
giving his reasons therefor. If Engineer considers the Work substantially complete,
Engineer will prepare and deliver to Owner a tentative certificate of Substantial
Completion which will fix the Date of Substantial Completion. There shall be
attached to the certificate a tentative list of items to be completed or corrected before
final payment.
C. Owner shall have seven days after receipt of the tentative certificate during which to
make written objection to Engineer as to any provisions of the certificate or attached
I
list. If, after considering such objections, Engineer concludes that the Work is not
substantially complete, Engineer will within fourteen days after submission of the
tentative certificate to Owner notify Contractor in writing, stating the reasons
I
therefor. If, after consideration of Owner's objections, Engineer considers the Work
substantially complete, Engineer will within said fourteen days execute and deliver to
Owner and Contractor a definitive certificate of Substantial Completion (with a
revised tentative list of items to be completed or corrected) reflecting such changes
from the tentative certificate as Engineer believes justified after consideration of any
objections from Owner.
D. At the time of delivery of the tentative certificate of Substantial Completion,
Engineer will deliver to Owner and Contractor a written recommendation as to
division of responsibilities pending final payment between Owner and Contractor
with respect to security, operation, safety, maintenance, heat, utilities, insurance, and
U
warranties.
E. Unless Owner and Contractor agree otherwise in writing and so inform Engineer
prior to Engineer's issuing the definitive certificate of Substantial Completion,
Engineer's aforesaid recommendation will be binding on Owner and Contractor until
final payment.
I
City of Fayetteville 00700-44
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
F. Owner shall have the right to exclude Contractor from the Work after the Date of
Substantial Completion, but Owner shall allow Contractor reasonable access to
complete or correct items on the tentative list.
14.06 PARTIAL UTILIZATION:
A. Use by Owner of any finished part of the Work, which has specifically been
identified in the Contract Documents, or which Owner, Engineer, and Contractor
agree constitutes a separately functioning and useable part of the Work that can be
used by Owner without significant interference with Contractor's performance of the
remainder of the Work, may be accomplished prior to Substantial Completion of all
the Work subject to the following:
I. Owner at any time may request Contractor in writing to permit Owner to use
any such part of the Work which Owner believes to be ready for its intended
use and substantially complete. If Contractor agrees, Contractor will certify
to Owner and Engineer that said part of the Work is substantially complete
and request Engineer to issue a certificate of Substantial Completion for that
part of the Work. Contractor at any time may notify Owner and Engineer in
writing that Contractor considers any such part of the Work ready for its
intended use and substantially complete and request Engineer to issue a
certificate of Substantial Completion for that part of the Work. Within a
reasonable time after either such request, Owner, Contractor, and Engineer
shall make an inspection of that part of the Work to determine its status of
completion. If Engineer does not consider that part of the Work to be
substantially complete, Engineer will notify Owner and Contractor in writing
giving the reasons therefor. If Engineer considers that part of the Work to be
substantially complete, the provisions of Paragraph 14.05 will apply with
respect to certification of Substantial Completion of that part of the Work
and the division of responsibility in respect thereof and access thereto.
2. Owner may at any time request Contractor in writing to permit Owner to take
over operation of any such part of the Work although it is not substantially
complete. A copy of such request will be sent to Engineer and within a
reasonable time thereafter, Owner, Contractor, and Engineer shall make an
inspection of that part of the Work to determine its status of completion and
will prepare a list of the items remaining to be completed or corrected
thereon before final payment. If Contractor does not object in writing to
Owner and Engineer that such part of the Work is not ready for separate
operation by Owner, Engineer will finalize the list of items to be completed
or corrected and will deliver such list to Owner and Contractor together with
a written recommendation as to the division of responsibilities pending final
payment between Owner and Contractor with respect to security, operation,
safety, maintenance, utilities, insurance, warranties, and guarantees for that
part of the Work, which will become binding upon Owner and Contractor at
the time when Owner takes over such operation (unless they shall have
otherwise agreed in writing and so informed Engineer). During such
operation and prior to Substantial Completion of such part of the Work,
Owner shall allow Contractor reasonable access to complete or correct items
on said list and to complete other related Work.
City of Fayetteville 00700-45
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
L
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
7]
I
I
I
ri
I
I
ri
I
I
I
[I
1
Li
1
No occupancy or separate operation of part of the Work will be
accomplished prior to compliance with the requirements of Paragraph 5.021
in respect of property insurance.
14.07 FINAL INSPECTION:
A. ' Upon written notice from Contractor that the Work or an agreed portion thereof is
complete, Engineer will make a final inspection with Owner, Engineer, and
Contractor and will notify Contractor in writing of all particulars in which this
inspection reveals that the Work is incomplete or defective. Contractor shall
immediately take such measures as are necessary to remedy such deficiencies.
14.08 FINAL APPLICATION FOR PAYMENT:
A. After Contractor has completed all such corrections to the satisfaction of Engineer
and delivered all maintenance and operating instructions, schedules, guarantees,
Bonds, certificates of inspection, marked -up record documents, and other documents
- all as required by the Contract Documents, and after Engineer has indicated that the
Work is acceptable (subject to the provisions of Paragraph 14.11), Contractor may
make application for final payment following the procedure for progress payments.
B. The final Application for Payment shall be accompanied by all documentation called
for in the Contract Documents, together with complete and legally effective releases
or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection
with the Work. In lieu thereof and as approved by Owner, Contractor may furnish
receipts or releases in full; an affidavit of Contractor that the releases and receipts
include all labor, services, Material, and Equipment for which a Lien could be filed,
and that all payrolls, Equipment and Material bills, and other indebtedness connected
with the Work for which Owner or Owner's property might in any way be
responsible, have been paid or otherwise satisfied; and consent of the surety, if any,
to final payment. if any Subcontractor or Supplier fails to furnish a release or receipt
in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to
indemnify Owner against any Lien.
14.09 FINAL PAYMENT AND ACCEPTANCE:
A. If, on the basis of Engineer's observation of the Work during construction and final
inspection, and Engineer's review of the final Application for Payment and
accompanying documentation -- all as required by the Contract Documents, Engineer
is satisfied that the Work has been completed and Contractor's other obligations
under the Contract Documents have been fulfilled, Engineer will, within fourteen
days after receipt of the final Application for Payment, indicate in writing Engineer's
recommendation of payment and present the Application to Owner for payment.
Thereupon, Engineer will give written notice to Owner and Contractor that the Work
is acceptable (subject to the provisions of Paragraph 14.11). Otherwise, Engineer
will return the Application to Contractor, indicating in writing the reasons for
refusing to recommend final payment, in which case Contractor shall make the
necessary corrections and resubmit the Application. Thirty days after presentation to
Owner of the Application and accompanying documentation, in appropriate form and
substance, and with Engineer's recommendation and notice of acceptability, the
amount recommended by Engineer will become due and will be paid by Owner to
Contractor.
City of Fayetteville 00700-46
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
B. If, through no fault of Contractor, final completion of the Work is significantly
delayed and if Engineer so confirms, Owner shall, upon receipt of Contractor's final
Application for Payment and recommendation of Engineer, and without terminating
the Agreement, make payment of the balance due for that portion of the Work fully
completed and accepted. The written consent of the surety to the payment of the
balance due for that portion of the Work fully completed and accepted shall be
submitted by Contractor to Engineer with the Application for such payment. Such
payment shall be made under the terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
C. The Final Pay Estimate will include all sums remaining to be paid.
14.10 CONTRACTOR'S CONTINUING OBLIGATION:
A. Contractor's obligation to perform and complete the Work in accordance with the
Contract Documents shall be absolute. Neither recommendation of any progress or
final payment by Engineer, nor the issuance of a certificate of Substantial
Completion, nor any payment by Owner to Contractor under the Contract
Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor
any act of acceptance by Owner nor any failure to do so, nor any review and approval
of a Submittal, nor the issuance of a notice of acceptability by Engineer pursuant to
Paragraph 14.09, nor any correction of defective Work by Owner will constitute an
acceptance of Work not in accordance with the Contract Documents or a release of
Contractor's obligation to perform the Work in accordance with the Contract
Documents (except as provided in Paragraph 14.11).
14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute:
A. A waiver of all claims by Owner against Contractor, except claims arising from
unsettled Liens, from defective work appearing after final inspection pursuant to
Paragraph 14.07, or from failure to comply with the Contract Documents or the terms
of any special guarantees specified therein; however, it will not constitute a waiver
by Owner of any rights in respect of Contractor's continuing obligations under the
Contract Documents; and
B. A waiver of all claims by Contractor against Owner other than those previously made
in writing and still unsettled.
I
14.12 INTEREST: NOT APPLICABLE.
ARTICLE 15- SUSPENSION OF WORK AND TERMINATION
15.01 OWNER MAY SUSPEND WORK:
A. Owner may, at any time and without cause, suspend the Work or any portion thereof
1
for a period of not more than 90 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 increase in the Contract
Price or an extension of the Contract Times, or both, directly attributable to any
suspension if Contractor makes an approved claim therefor as provided in Articles I I
and 12.
1
City of Fayetteville 00700-47
Missouri Creek at Rolling Hills Drive Drainage Improvements
Li
I
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
1 15.02 OWNER MAY TERMINATE:
I
I
I
I
I
I
I
I
I
I
I
I
fl
n
I
A. Upon the occurrence of any one or more of the following events:
I. If Contractor commences a voluntary case under any chapter of the
Bankruptcy Code (Title 11, United States Code), as now or hereafter in
effect, or if Contractor takes any equivalent or similar action by filing a
petition or otherwise under any other federal or state Law in effect at such
time relating to the bankruptcy or insolvency;
2. If a petition is filed against Contractor under any chapter of the bankruptcy
Code as now or hereafter in effect at the time of filing, or if a petition is filed
seeking any such equivalent or similar relief against Contractor under any
other federal or state Law in effect at the time relating to bankruptcy or
insolvency;
3. If Contractor makes a general assignment for the benefit of creditors;
4. If a trustee, receiver, custodian, or agent of Contractor is appointed under
applicable Law or under contract, whose appointment or authority to take
charge of property of Contractor is for the purpose of enforcing a Lien
against such property or for the purpose of general administration of such
property for the benefit of Contractor's creditors;
5. If Contractor admits in writing an inability to pay its debts generally as they
become due;
6. If Contractor persistently fails to perform the Work in accordance with the
Contract Documents (including, but not limited to, failure to supply
sufficient skilled workers or suitable Equipment or Materials or failure to
adhere to the progress schedule established under Paragraph 2.07 as revised
from time to time);
7. If Contractor disregards Laws or Regulations of any public body having
jurisdiction;
8. If Contractor disregards the authority of Engineer; or
9. If Contractor otherwise violates in any substantial way any provisions of the
Contract Documents;
B. Owner may, after giving Contractor (and the surety, if there be one) ten 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 Equipment and
Materials stored at the Site or for which Owner has paid Contractor but which are
stored elsewhere, and finish the Work as Owner may deem expedient. In such case,
Contractor shall not be entitled to receive any further payment until the Work is
finished. If the unpaid balance of the Contract Price exceeds the direct, indirect, and
consequential costs of completing the Work (including but not limited to fees and
charges of engineers, architects, attorneys and other professionals, and court and
arbitration costs), such excess will be paid to Contractor. If such costs exceed such
unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by
Owner will be approved as to reasonableness by Engineer and incorporated in a
Change Order, but when exercising any rights or remedies under this Paragraph,
Owner shall not be required to obtain the lowest price for the Work performed.
City of Fayetteville 00700— 48
Missouri Creek at Rolling Hills Drive Drainage Improvements
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
C. 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 to Contractor by
Owner will not release Contractor from liability.
D. Upon ten days' written notice to Contractor and Engineer, Owner may, without
cause and without prejudice to any other right or remedy, elect to abandon the Work
and terminate the Agreement. In such case, Contractor shall be paid for all Work
executed and any expense sustained plus reasonable termination expenses, which will
include, but not be limited to, direct, indirect, and consequential costs (including, but
not limited to, fees and charges of engineers, architects, attorneys and other
professionals, and court and arbitration costs).
15.03 CONTRACTOR MAY STOP WORK OR TERMINATE:
A. If, through no act or fault of Contractor, the Work is suspended for a period of more
than 90 days by Owner or under an order of court or other public authority, or
Engineer fails to act on any Application for Payment within 30 days after it is
submitted, or Owner fails for 30 days to pay Contractor any sum finally determined
to be due, then Contractor may, upon ten days' written notice to Owner and Engineer,
terminate the Agreement and recover from Owner payment for all Work executed
and any expense sustained plus reasonable termination expenses. In addition and in
lieu of terminating the Agreement, if Engineer has failed to act on an Application for
Payment or Owner has failed to make any payment as aforesaid, Contractor may
upon ten days' written notice to Owner and Engineer stop the Work until payment of
all amounts then due. The provisions of this Paragraph shall not relieve Contractor of
the obligations under Paragraph 6.15 to carry on the Work in accordance with the
progress schedule and without delay during disputes and disagreements with Owner.
ARTICLE 16 - RESOLUTION OF DISPUTES
16.01 RESOLUTION OF CLAIMS AND DISPUTES
A. Contractor's claims against Owner will be reviewed by Engineer, who shall take one
or more of the following actions within ten (10) days after receipt of a claim:
I. Request additional supporting data from the claimant;
2. Submit a schedule to Contractor indicating reasonable time within which
Engineer expects to take action;
3. Reject the Claim in whole or in part, stating reasons for rejection;
4. Recommend approval of the claim; or
5. Suggest a compromise.
B. Owner's claims against Contractor will be reviewed by Contractor who shall take one
or more of the following actions within ten (10) days after receipt of the Claim:
1. Request additional supporting data from Engineer;
2. Submit a schedule to the Engineer indicating a reasonable time within which
Contractor expects to take action;
3. Deny the claim in whole or in part, stating reasons for denial;
4. Recommend approval of the claim; or
5. Suggest a compromise.
City of Fayetteville 00700 — 49
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
DOCUMENT 00700 - GENERAL CONDITIONS: (continued)
I
I
I
I
I
I
I
I
I
I
El
I
Il
C. If a claim has been resolved, the Owner will prepare or obtain appropriate
documentation.
D. If a claim has been denied or if no action has been taken in the manner provided in
Paragraphs 16.01A or 16.01B, then the claimant, within ten (10) days thereafter, may
notify the Owner, the other party, and Contractor's surety that Engineer and
Contractor have been unable to resolve the claim. In that event, the Owner, pursuant
to Paragraph 16.01E shall review the claim and make a decision on the claim.
E. If a claim is presented to the Owner, then the Owner shall review the claim and make
a decision within fourteen (14) days.
F. Disputes that cannot be settled through negotiation or the procedures in Paragraphs
16.01A through 16.01E above, shall be settled as mutually agreed or in a court of
competent jurisdiction within the State of Arkansas.
G. Arbitration shall not be used in the settlement of disputes.
ARTICLE 17 - MISCELLANEOUS
17.01 GIVING NOTICE:
A. Whenever any provision of the Contract Documents requires the giving of written
notice, it will be deemed to have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it
is intended, or if delivered at or sent by registered or certified mail, postage prepaid,
to the last business address known to the giver of the notice.
17.02 COMPUTATION OF TIME:
A. When any period of time is referred to in the Contract Documents by days, it will be
computed to exclude the first and include the last day of such period. If the last day
of any such period falls on a Saturday or Sunday or on a day made a legal holiday by
the Law of the applicable jurisdiction, such day will be omitted from the
computation.
B. A calendar day of 24 hours measured from midnight to the next midnight shall
constitute a day.
17.03 CLAIMS, CUMULATIVE REMEDIES:
A. Should Owner or Contractor suffer injury or damage to person or property because of
any error, omission, or act of the other party or of any of the other party's employees
or agents or others for whose acts the other party is legally liable, claim will be made
in writing to the other party within a reasonable time of the first observance of such
injury or damage. The provisions of this Paragraph shall not be construed as a
substitute for or a waiver of the provisions of any applicable statute of limitations or
repose.
B. The duties and obligations imposed by these General Conditions and the rights and
remedies available hereunder to the parties hereto, and, in particular but without
limitation, the warranties, guarantees and obligations imposed upon Contractor by
Paragraphs 6.16A, 13.01, 13.08, 13.10, 14.03, and 15.02A and all of the rights and
remedies available to Owner and Engineer thereunder, are in addition to, and are not
to be construed in any way as a limitation of, any rights and remedies available to any
1 City of Fayetteville 00700— 50
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
DOCUMENT 00700 — GENERAL CONDITIONS: (continued)
or all of them which are otherwise imposed or available by Laws or Regulations, by
1
special warranty or guarantee, or by other provisions of the Contract Documents, and
the provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation, right, and
remedy to which they apply. All representations, warranties, and guarantees made in
the Contract Documents will survive final payment and termination or completion of
the Agreement.
1�
END OF DOCUMENT 00700
I
I
I
r
I
I
A
I
I
a
City of Fayetteville 00700 — 51
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
DOCUMENT 00800 - SUPPLEMENTARY CONDITIONS
ARTICLE 1- LABOR RELATED REGULATIONS
1.01 ARKANSAS PREVAILING WAGE.
A. The Arkansas Department of Labor, by letter dated January 14, 2009, has
determined that the Arkansas Prevailing Wage Law shall apply. A copy of
this letter is included within these Contract Documents.
1.02 TRENCH AND EXCAVATION SAFETY
A. Compliance with the provisions of 29 CFR Subpart P, OSHA Standard for
Excavation and Trenches Safety System is required during prosecution of the
project.
B. A copy of Subpart P is included in this section.
I
I
1
1
.1
I
City of Fayetteville 00800 — I
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
i
I
GOVERNOR
MIKE BEEBE STATE OF ARKANSAS
�I ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DIVISION
10421 WEST MARKHAM • LITTLE ROCK, AR 72205-2190
Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131
January 14, 2009
Glenn Newman PE
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
JAMES SALKELD
DIRECTOR
Re: MISSOURI CREEK AT ROLLING HILLS DRAINAGE
IMPROVEMENTS
FAYETTEVILLE, ARKANSAS
WASHINGTON COUNTY
Dear Mr. Newman:
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 08-271
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 GenerallPrime 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 email 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.
Enclosures
Sincerely,
92(
Jill Stacy
Prevailing Wage Division
Arkansas Department of Labor Determination #: 08-271
Prevailing Wage Determination Expiration Date: 7/14/2009
HEAVY RATES Survey#: 708-AH0S
Date: 1/14/2009
Project: Missouri Creek at Rolling Hills Drainage Improvements
Site:
City: Fayetteville, Arkansas
Project County: Washington
CLASSIFICATION
Basic Hourly Rate Fringe Benefits
Bricklayer/Pointer, Cleaner, Caulker
$9.95
Carpenter
$14.05 $1.75
Concrete Finisher/Cement Mason
$12.80
Electrician/Alarm Installer
$21.30 $7.81
Ironworker (Including Reinforcing Work)
$16.30
Laborer
$9.95
Pipelayer
$9.00 $1.00
Truck Driver
$16.20
Asphalt Paving Machine
$12.55
Backhoe - Rubber Tired (1 yard or less)
$13.75
Bulldozer, finish
$14.60
Bulldozer, rough
$10.60
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
$9.95
Roller
$12.40
Scraper, finish
$11.75
Scraper, rough
$11.25
Trackhoe
$14.95
Crane, Derrick, Shovel, Dragline & Backhoe
$14.90
Welders -receive rate prescribed for craft performing operation to which welding is incidental.
Certified
7/2/2008
Classifications that are required, but not listed above, must be requested in writing
from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501)
682-4536 for a request form.
1/14/2009 2:49 PM Page 1 of 1
r
O �• � N
Ci3
,I
cn m O CL oC
O OV Y
Q R 3 ce
O r
F-
3 a<
•
Q mtj E
0 u1I '-
z
Z a OL
J
a O LL U- N
OC O O;' O'E Wo
a a
flj
a �a�
Z ro O
zLU
z
v L o�OY OZ�
1L J p 0$ Q p LL W Z
O
_ E
W 0z
J&) O a+ Ll
J O O O� o -, ro 'C NCO
~"
QLL
=O
Q L
IL'
V >
nowt 3 000 o a �Mz
-MOI -oEo
C7 + w. O oC H
o 0 o VOA
V1 u ra ►+ ' m c r� 0 LL
f�3 0'�o ayn 8 C a0cn
Ln c cn LU w
a) E o(D waw
�C act (.9 w F a Q1()
I
I
1
I
I
I,
I
t
I
I
1
I
§ 1926.606
If it is necessary to stand at the out-
board or inboard edge of the deckload
where less than 24 inches of bulwark,
rail, coaming, or other protection ex-
ists, all employees shall be provided
with a suitable means of protection
against falling from the deckload.
(d) First -aid and lifesaving equipment.
(1) Provisions for rendering first aid
and medical assistance shall be in ac-
cordance with subpart D of this part.
(2) The employer shall ensure that
there is in the vicinity of each barge in
use at least one U.S. Coast Guard -ap-
proved 30 -inch lifering with not less
than 90 feet of line attached, and at
least one portable or permanent ladder
which will reach the top of the apron
to the surface of the water. If the above
equipment is not available at the pier,
the employer shall furnish it during
the time that he is working the barge.
(3) Employees walking or working on
the unguarded decks of barges shall be
protected with U.S. Coast Guard -ap-
proved work vests or buoyant vests.
(e) Commercial diving operations. Com-
mercial diving operations shall be sub-
ject to subpart T of part 1910,
§§1910.401-1914.441, of this chapter.
(39 FR 22801, June 24, 1974, as amended at 42
FR 37674, July 22, 19771
§ 1926.606 Definitions applicable to
this subpart.
(a) Apron —The area along the water-
front edge of the pier or wharf.
(b) Bulwark —The side of a ship above
the upper deck.
(c) Coaming—The raised frame, as
around a hatchway in the deck, to keep
out water.
(d) Jacob's ladder —A marine ladder of
rope or chain with wooden or metal
rungs.
(e) Rail, for the purpose of § 1926.605,
means a light structure serving as a
guard at the outer edge of a ship's
deck.
Subpart P —Excavations
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.G. 653, 655, 657); Secretary of Labor's
Order No. 12-71 (36 FR 8754), 8-76 (41 FR
29 CFR Ch. XVII (7-1-07 Edition)
25059), or 9-83 (48 FR 35736), as applicable, and
29 CFR part 1911.
SOURCE: 54 FR 45959, Oct. 31, 1989, unless
otherwise noted.
§ 1926.650 Scope, application, and defi-
nitions applicable to this subpart.
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Exca-
vations are defined to include trenches.
(b) Definitions applicable to this sub-
part.
Accepted engineering practices means
those requirements which are compat-
ible with standards of practice required
by a registered professional engineer.
Aluminum Hydraulic Shoring means a
pre-engineered shoring system com-
prised of aluminum hydraulic cylinders
(crossbraces) used in conjunction with
vertical rails (uprights) or horizontal
rails (walers). Such system is designed,
specifically to support the sidewalls of
an excavation and prevent cave-ins.
Bell-bottom pier hole means a type of
shaft or footing excavation, the bottom
of which is made larger than the cross
section above to form a belled shape.
Benching (Benching system) means a
method of protecting employees from
cave-ins by excavating the sides of an
excavation to form one or a series of
horizontal levels or steps, usually with
vertical or near -vertical surfaces be-
tween levels.
Cave-in means the separation of a
mass of soil or rock material from the
side of an excavation, or the loss of soil
from under a trench shield or support
system, and its sudden movement into
the excavation, either by falling or
sliding, in sufficient quantity so that it
could entrap, bury, or otherwise injure
and immobilize a person.
Competent person means one who is
capable of identifying existing and pre-
dictable hazards in the surroundings,
or working conditions which are unsan-
itary, hazardous, or dangerous to em-
ployees, and who has authorization to
take prompt corrective measures to
eliminate them.
Cross braces mean the horizontal
members of a shoring system installed
perpendicular to the sides of the exca-
vation, the ends of which bear against
either uprights or wales.
366
I
t
i
Occupational Safety and Health Admin., Labor
Excavation means any man-made cut,
cavity, trench, or depression in an
earth surface, formed by earth re-
moval.
Faces or sides means the vertical or
inclined earth surfaces formed as a re-
sult of excavation work.
Failure means the breakage, displace-
ment, or permanent deformation of a
structural member or connection so as
to reduce its structural integrity and
its supportive capabilities.
Hazardous atmosphere means an at-
mosphere which by reason of being ex-
plosive, flammable, poisonous, corro-
sive, oxidizing, irritating, oxygen defi-
cient, toxic, or otherwise harmful, may
cause death, illness, or injury.
Kickout means the accidental release
or failure of a cross brace.
Protective system means a method of
protecting employees from cave-ins,
from material that could fall or roll
from an excavation face or into an ex-
cavation, or from the collapse of adja-
cent structures. Protective systems in-
clude support systems, sloping and
benching systems, shield systems, and
other systems that provide the nec-
essary protection.
Ramp means an inclined walking or
working surface that is used to gain ac-
cess to one point from another, and is
constructed from earth or from struc-
tural materials such as steel or wood.
Registered Professional Engineer means
a person who is registered as a profes-
sional engineer in the state where the
work is to be performed. However, a
professional engineer, registered in any
state is deemed to be a "registered pro-
fessional engineer" within the meaning
of this standard when approving de-
signs for "manufactured protective
systems" or "tabulated data" to be
used in interstate commerce.
Sheeting means the members of a
shoring system that retain the earth in
position and in turn are supported by
other members of the shoring system.
Shield (Shield system) means a struc-
ture that is able to withstand the
forces imposed on it by a cave-in and
thereby protect employees within the
structure. Shields can be permanent
structures or can be designed to be
portable and moved along as work pro-
gresses. Additionally, shields can be ei-
ther premanufactured or job -built in
§ 1926.650
accordance with §1926.652 (c)(3) or
(c)(4). Shields used in trenches are usu-
ally referred to as "trench boxes" or
"trench shields."
Shoring (Shoring system) means a
structure such as a metal hydraulic,
mechanical or timber shoring system
that supports the sides of an exca-
vation and which is designed to prevent
cave-ins.
Sides. See "Faces."
Sloping (Sloping system) means a
method of protecting employees from
cave-ins by excavating to form sides of
an excavation that are inclined away
from the excavation so as to prevent
cave-ins. The angle of incline required
to prevent a cave -In varies with dif-
ferences in such factors as the soil
type, environmental conditions of ex-
posure, and application of surcharge
loads.
Stable rock means natural solid min-
eral material that can be excavated
with vertical sides and will remain in-
tact while exposed. Unstable rock is
considered to be stable when the rock
material on the side or sides of the ex-
cavation is secured against caving -in
or movement by rock bolts or by an-
other protective system that has been
designed by a registered professional
engineer.
Structural ramp means a ramp built of
steel or wood, usually used for vehicle
access. Ramps made of soil or rock are
not considered structural ramps.
Support system means a structure
such as underpinning, bracing, or shor-
ing, which provides support to an adja-
cent structure, underground installa-
tion, or the sides of an excavation.
Tabulated data means tables and
charts approved by a registered profes-
sional engineer and used to design and
construct a protective system.
Trench (Trench excavation) means a
narrow excavation (in relation to its
length) made below the surface of the
ground. In general, the depth is greater
than the width, but the width of a
trench (measured at the bottom) is not
greater than 15 feet (4.6 m). If forms or
other structures are installed or con-
structed in an excavation so as to re-
duce the dimension measured from the
forms or structure to the side of the ex-
cavation to 15 feet (4.6 m) or less
367
I
I
I
1
I
I
1
1
I
fl
t
I
El
1
1
1
n
§ 1926.651
(measured at the bottom of the exca-
vation), the excavation is also consid-
ered to be a trench.
Trench box. See "Shield."
Trench Shield. See "Shield."
Uprights means the vertical members
of a trench shoring system placed in
contact with the earth and usually po-
sitioned so that individual members do
not contact each other. Uprights
placed so that individual members are
closely spaced, in contact with or
interconnected to each other, are often
called "sheeting."
' Wales means horizontal members of a
shoring system placed parallel to the
excavation face whose sides bear
against the vertical members of the
shoring system or earth.
$1926.651 Specific excavation require-
ments.
(a) Surface encumbrances. All surface
encumbrances that are located so as to
create a hazard to employees shall be
removed or supported, as necessary, to
safeguard employees.
(b) Underground installations. (1) The
estimated location of utility installa-
tions, such as sewer, telephone, fuel,
electric, water lines, or any other un-
derground installations that reason-
ably may be expected to be encoun-
tered during excavation work, shall be
determined prior to opening an exca-
vation.
(2) Utility companies or owners shall
be contacted within established or cus-
tomary local response times, advised of
the proposed work, and asked to estab-
lish the location of the utility under-
ground installations prior to the start
of actual excavation. When utility
companies or owners cannot respond to
a request to locate underground utility
installations within 24 hours (unless a
longer period is required by state or
local law), or cannot establish the
exact location of these installations,
the employer may proceed, provided
the employer does so with caution, and
provided detection equipment or other
acceptable means to locate utility in-
stallations are used.
(3) When excavation operations ap-
proach the estimated location of under-
ground installations, the exact loca-
tion of the installations shall be deter-
mined by safe and acceptable means.
29 CFR Ch. XVII (7-1-07 Edition)
(4) While the excavation is open, un-
derground installations shall be pro-
tected, supported or removed as nec-
essary to safeguard employees.
(c) Access and egress —(1) Structural
ramps. (i) Structural ramps that are
used solely by employees as a means of
access or egress from excavations shall
be designed by a competent person.
Structural ramps used for access or
egress of equipment shall be designed
by a competent person qualified in
structural design, and shall be con-
structed in accordance with the design.
(ii) Ramps and runways constructed
of two or more structural members
shall have the structural members con-
nected together to prevent displace-
ment.
(iii) Structural members used for
ramps and runways shall be of uniform
thickness.
(iv) Cleats or other appropriate
means used to connect runway struc-
tural members shall be attached to the
bottom of the runway or shall be at-
tached in a manner to prevent tripping.
(v) Structural ramps used in lieu of
steps shall be provided with cleats or
other surface treatments on the top
surface to prevent slipping.
(2) Means of egress from trench exca-
vations. A stairway, ladder, ramp or
other safe means of egress shall be lo-
cated in trench excavations that are 4
feet (1.22 m) or more in depth so as to
require no more than 25 feet (7.62 m) of
lateral travel for employees.
(d) Exposure to vehicular traffic. Em-
ployees exposed to public vehicular
traffic shall be provided with, and shall
wear, warning vests or other suitable
garments marked with or made of
reflectorized or high -visibility mate-
rial.
(e) Exposure to falling loads. No em-
ployee shall be permitted underneath
loads handled by lifting or digging
equipment. Employees shall be re-
quired to stand away from any vehicle
being loaded or unloaded to avoid being
struck by any spillage or falling mate-
rials. Operators may remain in the
cabs of vehicles being loaded or un-
loaded when the vehicles are equipped,
in accordance with § 1926.601(b)(6), to
provide adequate protection for the op-
erator during loading and unloading
operations.
368
I
1
I
Occupational Safety and Health Admin., Labor
(34 degrees measured from the hori-
zontal). unless the employer uses one
of the other options listed below.
(ii) Slopes specified in paragraph
(b)(1)(i) of this section, shall be exca-
vated to form configurations that are
in accordance with the slopes shown
for Type C soil in Appendix B to this
subpart.
(2) Option (2) —Determination of slopes
and configurations using Appendices A
and B. Maximum allowable slopes, and
allowable configurations for sloping
and benching systems, shall be deter-
mined in accordance with the condi-
tions and requirements set forth in ap-
pendices A and B to this subpart.
(3) Option (3) —Designs using other tab-
ulated data. (I) Designs of sloping or
benching systems shall be selected
from and be in accordance with tab-
ulated data, such as tables and charts.
(ii) The tabulated data shall be in
written form and shall include all of
the following:
(A) Identification of the parameters
that affect the selection of a sloping or
benching system drawn from such data;
(B) Identification of the limits of use
of the data, to include the magnitude
and configuration of slopes determined
to be safe;
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective sys-
tem from the data.
(iii) At least one copy of the tab-
ulated data which identifies the reg-
istered professional engineer who ap-
proved the data, shall be maintained at
the jobsite during construction of the
protective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4) --Design by a registered
professional engineer. (i) Sloping and
benching systems not utilizing Option
(1) or Option (2) or Option (3) under
paragraph (b) of this section shall be
approved by a registered professional
engineer.
(ii) Designs shall be in written form
and shall include at least the following:
(A) The magnitude of the slopes that
were determined to be safe for the par-
ticular project;
§ 1926.652
(B) The configurations that were de-
termined to be safe for the particular
project; and
(C) The identity of the registered pro-
fessional engineer approving the de-
sign.
(iii) At least one copy of the design
shall be maintained at the jobsite
while the slope is being constructed.
After that time the design need not be
at the jobsite, but a copy shall be made
available to the Secretary upon re-
quest.
(c) Design of support systems, shield
systems, and other protective systems. De-
signs of support systems shield sys-
tems, and other protective systems
shall be selected and constructed by
the employer or his designee and shall
be in accordance with the requirements
of paragraph (c)(1); or, in the alter-
native, paragraph (c)(2); or, in the al-
ternative, paragraph (c)(3); or, in the
alternative, paragraph (c)(4) as follows:
(1) Option (1) —Designs using appen-
dices A, C and D. Designs for timber
shoring in trenches shall be determined
in accordance with the conditions and
requirements set forth in appendices A
and C to this subpart. Designs for alu-
minum hydraulic shoring shall be in
accordance with paragraph (c)(2) of this
section, but if manufacturer's tab-
ulated data cannot be utilized, designs
shall be in accordance with appendix D.
(2) Option (2) —Designs Using Manufac-
turer's Tabulated Data. (i) Design of sup-
port systems, shield systems, or other
protective systems that are drawn
from manufacturer's tabulated data
shall be in accordance with all speci-
fications, recommendations, and limi-
tations issued or made by the manufac-
turer.
(ii) Deviation from the specifications,
recommendations, and limitations
issued or made by the manufacturer
shall only be allowed after the manu-
facturer issues specific written ap-
proval,
(iii) Manufacturer's specifications,
recommendations, and limitations, and
manufacturer's approval to deviate
from the specifications, recommenda-
tions, and limitations shall be in writ-
ten form at the jobsite during con-
struction of the protective system.
After that time this data may be
stored off the jobsite, but a copy shall
371
1
J
El
1
I
I
I
I
I
I
t
I
1
I
I
i
I
I
1
I
I
El
J
I
I
I
§ 1926.652
be made available to the Secretary
upon request.
(3) Option (3) ---Designs using other tab-
ulated data. (i) Designs of support sys-
tems, shield systems, or other protec-
tive systems shall be selected from and
be in accordance with tabulated data,
such as tables and charts.
(ii) The tabulated data shall be in
written form and include all of the fol-
lowing:
(A) Identification of the parameters
that affect the selection of a protective
system drawn from such data;
(B) Identification of the limits of use
of the data;
(C) Explanatory information as may
be necessary to aid the user In making
a correct selection of a protective sys-
tem from the data.
(iii) At least one copy of the tab-
ulated data, which identifies the reg-
istered professional engineer who ap-
proved the data, shall be maintained at
the jobsite during construction of the
protective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4) —Design by a registered
professional engineer. (1) Support sys-
tems, shield systems, and other protec-
tive systems not utilizing Option 1, Op-
tion 2 or Option 3, above, shall be ap-
proved by a registered professional en-
gineer.
(ii) Designs shall be in written form
and shall include the following:
(A) A plan indicating the sizes, types,
and configurations of the materials to
be used in the protective system; and
(B) The identity of the registered
professional engineer approving the de-
sign.
(iii) At least one copy of the design
shall be maintained at the jobsite dur-
ing construction of the protective sys-
tem. After that time, the design may
be stored off the jobsite, but a copy of
the design shall be made available to
the Secretary upon request.
(d) Materials and equipment. (1) Mate-
rials and equipment used for protective
systems shall be free from damage or
defects that might impair their proper
function.
(2) Manufactured materials and
equipment used for protective systems
shall be used and maintained in a man -
29 CFR Ch. XVII (7-1-07 Edition)
ner that is consistent with the rec-
ommendations of the manufacturer,
and in a manner that will prevent em-
ployee exposure to hazards.
(3) When material or equipment that
is used for protective systems is dam-
aged, a competent person shall exam-
ine the material or equipment and
evaluate its suitability for continued
use. If the competent person cannot as-
sure the material or equipment is able
to support the intended loads or is oth-
erwise suitable for safe use, then such
material or equipment shall be re-
moved from service, and shall be evalu-
ated and approved by a registered pro-
fessional engineer before being re-
turned to service.
(e) Installation and removal of sup-
port —(1) General. (I) Members of sup-
port systems shall be securely con-
nected together to prevent sliding, fall-
ing, kickouts, or other predictable fail-
ure.
(ii) Support systems shall be In-
stalled and removed in a manner that
protects employees from cave-ins,
structural collapses, or from being
struck by members of the support sys-
tem.
(iii) Individual members of support
systems shall not be subjected to loads
exceeding those which those members
were designed to withstand.
(iv) Before temporary removal of in-
dividual members begins, additional
precautions shall be taken to ensure
the safety of employees, such as in-
stalling other structural members to
carry the loads imposed on the support
system.
(v) Removal shall begin at, and
progress from, the bottom of the exca-
vation. Members shall be released slow-
ly so as to note any indication of pos-
sible failure of the remaining members
of the structure or possible cave-in of
the sides of the excavation.
(vi) Backfilling shall progress to-
gether with the removal of support sys-
tems from excavations.
(2) Additional requirements for support
systems for trench excavations. (I) Exca-
vation of material to a level no greater
than 2 feet (.61 m) below the bottom of
the members of a support system shall
be permitted, but only if the system is
designed to resist the forces calculated
for the full depth of the trench, and
372
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A
there are no indications while the
trench is open of a possible loss of soil
from behind or below the bottom of the
Support system.
(ii) Installation of a support system
shall be closely coordinated with the
excavation of trenches.
(f) Sloping and benching systems. Em-
ployees shall not be permitted to work
on the faces of sloped or benched exca-
vations at levels above other employ-
ees except when employees at the lower
levels are adequately protected from
the hazard of falling, rolling, or sliding
material or equipment.
(g) Shield systems —(1) General. (1)
Shield systems shall not be subjected
to loads exceeding those which the sys-
tem was designed to withstand.
(ii) Shields shall be installed in a
manner to restrict lateral or other haz-
ardous movement of the shield in the
event of the application of sudden lat-
eral loads.
(iii) Employees shall be protected
from the hazard of cave-ins when enter-
ing or exiting the areas protected by
shields.
(iv) Employees shall not be allowed
in shields when shields are being in-
stalled, removed, or moved vertically.
(2) Additional requirement for shield
systems used in trench excavations. Exca-
vations of earth material to a level not
greater than 2 feet (.61 m) below the
bottom of a shield shall be permitted,
but only if the shield is designed to re-
sist the forces calculated for the full
depth of the trench, and there are no
indications while the trench is open of
a possible loss of soil from behind or
below the bottom of the shield.
APPENDIX A TO SUBPART P 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 §1926.652(b)(2} as a method of protection
for employees from cave-ins. This appendix
also applies when timber shoring for exca-
vations is designed as a method of protection
from cave-ins in accordance with appendix C
to subpart P of part 1926. and when alu-
minum hydraulic shoring is designed in ac-
cordance with appendix D. This Appendix
also applies if other protective systems are
designed and selected for use from data pre-
pared in accordance with the requirements
set forth in §1926.652(c), and the use of the
data is predicated on the use of the soil clas-
sification system set forth in this appendix.
(b) Definitions. The definitions and exam-
ples given below are based on, in whole or in
part, the following: American Society for
Testing Materials (ASTM) Standards 1653-85
and D2488; The Unified Soils Classification
System, The U.S. Department of Agriculture
(USDA) Textural Classification Scheme; and
The National Bureau of Standards Report
BSS -121.
Cemented soil means a soil in which the par-
ticles are held together by a chemical agent,
such as calcium carbonate, such that a hand -
size sample cannot be crushed into powder or
individual soil particles by finger pressure.
Cohesive soil means clay (fine grained soil),
or soil with a high clay content, which has
cohesive strength. Cohesive soil does not
crumble, can be excavated with vertical
sideslopes, and is plastic when moist. Cohe-
sive soil is hard to break up when dry, and
exhibits significant cohesion when sub-
merged. Cohesive soils Include clayey silt,
sandy clay, silty clay, clay and organic clay.
Dry soil means soil that does not exhibit
visible signs of moisture content.
Fissured means a soil material that has a
tendency to break along definite planes of
fracture with little resistance, or a material
that exhibits open cracks, such as tension
cracks, in an exposed surface.
Granular soil means gravel, sand, or silt,
(coarse grained soil) with little or no clay
content. Granular soil has no cohesive
strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be
molded when moist and crumbles easily
when dry.
Layered system means two or more dis-
tinctly different soil or rock types arranged
in layers. Micaceous seams or weakened
planes in rock or shale are considered lay-
ered.
Moist soil means a condition in which a soil
looks and feels damp. Moist cohesive soil can
easily be shaped into a ball and rolled into
small diameter threads before crumbling.
Moist granular soil that contains some cohe-
sive material will exhibit signs of cohesion
between particles.
Plastic means a property of a soil which al-
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.
373
I
Li
I
i
I
I
P.
I1
I
I
I
1
I
I
Pt. 1926, Subpt. P. App. A
Soil classification system means, for the pur-
pose of this subpart, a method of catego-
rizing soil and rock deposits in a hierarchy
of Stable Rock, Type A, Type B. and Type C,
in decreasing order of stability. The cat-
egories are determined based on an analysis
of the properties and performance character-
istics of the deposits and the environmental
conditions of exposure.
Stable rock means natural solid mineral
matter that can be excavated with vertical
sides and remain intact while exposed.
Submerged soil means soil which is under-
water or is free seeping.
Type A means cohesive soils with an
unconfined compressive strength of 1.5 ton
per square foot (tsf) (144 kPa) or greater. Ex-
amples of cohesive soils are: clay, silty clay,
sandy clay, clay loam and, in some cases,
silty clay loam and sandy clay loam. Ce-
mented soils such as caliche and hardpan are
also considered Type A. However, no soil is
Type A If:
(I) The soil is fissured; or
(ii) The soil is subject to vibration from
heavy traffic, pile driving, or similar effects;
or
(iii) The soil has been previously disturbed;
or
(iv) The soil is part of a sloped, layered
system where the layers dip Into the exca-
vation on a slope of four horizontal to one
vertical (4H: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:
(I) Cohesive soil with an unconfined com-
pressive strength greater than 0.5 tsf (48
kPa) but less than 1.5 tsf (144 kPa); or
(11) 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:1V), but only if the
material would otherwise be classified as
Type B.
Type C means:
(I) Cohesive soil with an unconfined com-
pressive strength of 0.5 tsf (48 kPa) or less; or
(ii) Granular soils including gravel, sand,
and loamy sand; or
(iii) Submerged soil or soil from which
water is freely seeping; or
(iv) Submerged rock that is not stable, or
29 CFR Ch. XVII (7-1-07 Edition)
(v) Material in a sloped, layered system
where the layers dip into the excavation or a
slope of four horizontal to one vertical
(4H:1V) or steeper.
Unconfined compressive strength means the
load per unit area at which a soil will fail in
compression. It can be determined by labora-
tory testing, or estimated in the field using
a pocket penetrometer, by thumb penetra-
tion tests, and other methods.
Wet soil means soil that contains signifi-
cantly more moisture than moist soil, but in
such a range of values that cohesive material
will slump or begin to flow when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those co-
hesive properties when wet.
(c) Requirements —(1) Classification of soil
and rock deposits. Each soil and rock deposit
shall be classified by a competent person as
Stable Rock, Type A, Type B, or Type C in
accordance with the definitions set forth in
paragraph (b) of this appendix.
(2) Basis of classification. The classification
of the deposits shall be made based on the re-
sults of at least one visual and at least one
manual analysis. Such analyses shall be con-
ducted by a competent person using tests de-
scribed in paragraph (d) below, or in other
recognized methods of soil classification and
testing such as those adopted by the Amer-
ica Society for Testing Materials, or the U.S.
Department of Agriculture textural classi-
fication system.
(3) Visual and manual 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.
(i) Observe samples of soil that are exca-
vated and soil in the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
374
I
I
I
1
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
material is cohesive material. Soil composed
primarily of coarse -grained sand or gravel is
granular material.
(it) 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 spalis 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,
(1) Plasticity. Mold a moist or wet sample of
soil into a ball and attempt to roll it into
threads as thin as '1s -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 '/e -inch
thread can be held on one end without tear-
ing, the soil Is cohesive.
(ii) Dry s₹rength. If the soil is dry and
crumbles on its own or with moderate pres-
sure into individual grains or fine powder, it
is granular (any combination of gravel, sand,
or silt). If the soil is dry and falls into
clumps which break up into smaller clumps.
but the smaller clumps can only be broken
up with difficulty, it may be clay in any
combination with gravel, sand or silt. If the
dry soil breaks into clumps which do not
break up into small clumps and which can
only be broken with difficulty, and there is
no visual indication the soil is fissured, the
soil may be considered unfissured.
(fit) Thumb penetration. The thumb penetra-
tion test can be used to estimate the
unconfined compressive strength of cohesive
soils. (This test is based on the thumb pene-
tration test described in American Society
for Testing and Materials (ASTM) Standard
designation D2488 —"Standard Recommended
Practice for Description of Soils (Visual —
Manual Procedure).") Type A soils with an
unconfined compressive strength of 1.5 tsf
can be readily indented by the thumb; how-
ever, they can be penetrated by the thumb
only with very great effort. Type C soils with
an unconfined compressive strength of 0.5 tsf
can be easily penetrated several inches by
the thumb, and can be molded by light finger
pressure. This test should be conducted on
an undisturbed soil sample, such as a large
clump of spoil, as soon as practicable after
excavation to keep to a miminum the effects
of exposure to drying influences. If the exca-
vation is later exposed to wetting influences
(rain, flooding), the classification of the soil
must be changed accordingly.
(iv) Other strength tests. Estimates of
unconfined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated
shearvane.
(v) Drying test. The basic purpose of the
drying test is to differentiate between cohe-
sive material with fissures, unfissured cohe-
sive material, and granular material. The
procedure for the drying test involves drying
a sample of soil that is approximately one
inch thick (2.54 cm) and six inches (15.24 cm)
in diameter until it is thoroughly dry:
(A) If the sample develops cracks as it
dries, significant fissures are indicated.
(B) Samples that dry without cracking are
to be broken by hand. If considerable force is
necessary to break a sample, the soil has sig-
nificant cohesive material content. The soil
can be classified as a unfissured cohesive ma-
terial and the unconfined compressive
strength should be determined.
(C) If a sample breaks easily by hand, it is
either a fissured cohesive material or a
granular material. To distinguish between
the two, pulverize the dried clumps of the
sample by hand or by stepping on them. If
the clumps do not pulverize easily, the mate-
rial is cohesive with fissures. If they pul-
verize easily into very small fragments, the
material is granular.
APPENDIX B TO SUBPART P OF PART
1926 —SLOPING AND BENCHING
(a) Scope and application. This appendix
contains specifications for sloping and
benching when used as methods of protecting
employees working in excavations from
cave-ins. The requirements of this appendix
apply when the design of sloping and bench-
ing protective systems is to be performed in
accordance with the requirements set forth
in § 1926.652(b)(2).
(b) Definitions.
Actual slope means the slope to which an
excavation face is excavated.
Distress means that the soil is in a condi-
tion where a cave-in is imminent or is likely
375
Li
n
I
I
I
I
I
I
u
I
I
I
I
I
Li
I
LI
I
I
I
r
1
I
LI
I
I
I
1
n
I
Li
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.
29 CFR Ch. XVII (7-1-07 Edition)
(2) Maximum allowable slope. The maximum
allowable slope for a soil or rock deposit
shall be determined from Table B-1 of this
appendix.
(3) Actual slope. (f) 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 1/2 horizontal to
one vertical (IAH: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(i).
(4) Configurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure B-1.
TABLE B-1
MAXIMUM ALLOWABLE SLOPES
SLOPES{H:V)(11
SOIL OR ROCK TYPE
(aA'�1MUM ALLOWABLE
FOR EXCAVATIONS LESS THAN 20 FEET
STABLE ROCK
01)
VE3/RTICAL (9TYPE
A [2]
1
TYPE 6
1:1 (459
TYPE C
14:1 (340)
NOTES:
1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in
degrees from the horizontal. Angles have been rounded off.
A short-term maximum allowable slope of l/2H:1V (63°) is allowed in
excavations in Type A soil that are 12 feet (3.6] m) or less in depth.
Short-term maximum allowable slopes for excavations greater than 12
feet (3.67 m) in depth shall be 3/4H:IV (53").
3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered
professional engineer.
376
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. B
Figure B-1
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
B-1.1 Excavations made in Type A soil.
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope
of 3/4:1.
20' Max. i
3l6
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 S:1.
12' Max.
Ai
1/2
SIMPLE SLOPE —SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 3/4 to 1 and maximum bench dimensions as follows:
377
1
1
1
1
1
1
1
1
1
1
I
1
1
1
I
1
Pt. 1926, Subpt. P. App. B
SIMPLE BENCH
20' Max.
Max.
4' Max.
29 CFR Ch. XVII (7-1-07 Edition)
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 3½ feet.
8' Max. 3/4
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'h feet,
378
Occupational Safety and Health Admin.. Labor Pt. 1926, Subpt. P, App. B
UNSUPPORTED VERTICALLY SIDED LOWER PORTION -]MAXIMUM 12 FEED 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 3/4:1. The support or shield sys-
tem must extend at least 18 inches above the top of the vertical side.
upport or shield system
20' Max. 3/4
18" Min.
Total height of vertical side
SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION
4. All other simple slope, compound slope, and vertically sided lower portion excavations
shall be in accordance with the other options permitted under §1926.652(b).
B-1.2 Excavations Made in Type B Soil
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:
379
Pt. 1926, Subpt. P, App. B
29 CFR Ch. XVII (7.1-07 Edition)
This bench allowed in cohesive soil only.
I
20' Max
I
Max. i
SINGLE BENCH
This bench allowed in cohesive soil only
rr.
20' Max.
r rr 1
4' r
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.
Support or shield system
20' Max.
Total height of vertical side
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 1s:1.
380
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
10' Max.
41
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 1½:l.
Support or shield system
t
20' Hax.
E' l
18" 'tin.
Total height of vertical side
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be in accordance with the other options permitted in
1926.652(b).
B-1.4 Excavations Made in Layered Soils
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.
381
1
1
1
1
1
1
1
1
1
I
1
1
1
1
1
I
1
1
1
Pt. 1926, Subpt. P, App. B
8 OVER A
C OVER A
C OVe:R.3
382
29 CFR Ch. XVII (7-1-07 Edition)
c l
It
t
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
A OVER 8
_A 41
C A 1
1y
A OVER C
8 OVER C
2. All other sloped excavations shall be in accordance with the other options permitted in
61926.652(b).
APPENDIX C TO SUBPART P OF PART
1926 -TIMBER SHORING FOR TRENCHES
(a) Scope. This appendix contains informa-
tion that can be used timber shoring is pro-
vided as a method of protection from cave-
ins in trenches that do not exceed 20 feet (6.1
m) in depth. This appendix must be used
when design of timber shoring protective
systems is to be performed in accordance
with § 1926.652(c)(1), Other timber shoring
configurations; other 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 51926.652(b) and
§ 1926.652(c).
(b) Soil Classification. In order to use the
data presented in this appendix, the soil type
or types in which the excavation Is made
must first be determined using the soil clas-
sification method set forth in appendix A of
subpart P of this part.
(c) Presentation of Information. Information
is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables C-1.1, C-1.2, and C-1.3, and Ta-
bles C-2.1, O-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
383
1
I
1
I
I
I
I
I
I
I
1
I
I
I
I
I
I
Pt. 1926, Subpt. P. App. C
the excavation is made. The data are ar-
ranged to allow the user the flexibility to se-
lect from among several acceptable configu-
rations of members based on varying the
horizontal spacing of the crossbraces. Stable
rock is exempt from shoring requirements
and therefore, no data are presented for this
condition.
(2) Information concerning the basis of the
tabular data and the limitations of the data
is presented in paragraph (d) of this appen-
dix, and on the tables themselves.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations regarding Ta-
bles C-1.1 through C-1.3 and Tables C-2.1
through C-2.3 are presented in paragraph (g)
of this Appendix.
(d) Basis and limitations of the data —(1) Di-
mensions of timber members. (i) The sizes of the
timber members listed in Tables C-1.1
through G1.3 are taken from the National
Bureau of Standards (NBS) report, "Rec-
ommended Technical Provisions for Con-
struction Practice in Shoring and Sloping of
Trenches and Excavations." In addition.
where NBS did not recommend specific sizes
of members, member sizes are based on an
analysis of the sizes required for use by ex-
isting codes and on empirical practice.
(ii) The required dimensions of the mem-
bers listed in Tables O-1.1 through C-1.3 refer
to actual dimensions and not nominal di-
mensions of the timber. Employers wanting
to use nominal size shoring are directed to
Tables C-2.1 through O-2.3, or have this
choice under §1926.652(c)(3), and are referred
to The Corps of Engineers, The Bureau of
Reclamation or data from other acceptable
sources.
(2) Limitation of application. (i) It is not 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.
29 CFR Ch. XVII (7-1-07 Edition)
(B) When vertical loads imposed on cross
braces exceed a 240 -pound gravity load dis-
tributed on a one -foot section of the center
of the crossbrace.
(C) When surcharge loads are present from
equipment weighing in excess of 20,000
pounds.
(D) When only the lower portion of a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables. The members of the shor-
ing system that are to be selected using this
information are the cross braces, the
uprights, and the wales, where wales are re-
quired. Minimum sizes of members are speci-
fied for use in different types of soil. There
are six tables of information, two for each
soil type. The soil type must first be deter-
mined in accordance with the soil classifica-
tion system described in appendix A to sub-
part P of part 1926. Using the appropriate
table, the selection of the size and spacing of
the members is then made. The selection is
based on the depth and width of the trench
where the members are to be installed and,
In most instances, the selection is also based
on the horizontal spacing of the crossbraces.
Instances where a choice of horizontal spac-
ing of crossbracing is available, the hori-
zontal spacing of the crossbraces must be
chosen by the user before the size of any
member can be determined. When the soil
type, the width and depth of the trench, and
the horizontal spacing of the crossbraces are
known, the size and vertical spacing of the
crossbraces, the size and vertical spacing of
the wales, and the size and horizontal spac-
ing of the uprights can be read from the ap-
propriate table.
(f) Examples to illustrate the Use of Tables C-
1.1 through C-1.3.
(1) Example 1.
A trench dug in Type A soil is 13 feet deep
and five feet wide.
From Table C-1.1, for acceptable arrange-
ments of timber can be used.
Arrangement #BI
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.
384
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
Space 2x6 uprights at four feet hori-
zontally.
Arrangement #B3
Space 6x6 crossbraces at 10 feet hori-
zontally and four feet vertically.
Space 8x10 wales at four feet vertically.
Space 2x6 uprights at five feet hori-
zontally.
Arrangement #B4
Space 6x6 crossbraces at 12 feet hori-
zontally and four feet vertically.
Space 10xl0 wales at four feet vertically.
Spaces 3x8 uprights at six feet hori-
zontally.
(2) Example 2.
A trench dug in Type B soil in 13 feet deep
and five feet wide. From Table O-1.2 three
acceptable arrangements of members are
listed.
Arrangement #B1
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 10x10 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement #B3
Space 6x6 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 O-1,3 two acceptable arrange-
ments of members can be used.
Arrangement #B1
Space 8x8 crossbraces at six feet hori-
zontally and five feet vertically.
Space 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.
Space 12x12 wales at five feet vertically.
Position 2x6 uprights in a close sheeting
configuration unless water pressure must be
resisted. Tight sheeting must be used where
water must be retained.
(4) Example 4.
A trench dug in Type C soil is 20 feet deep
and 11 feet wide. The size and spacing of
members for the section of trench that is
over 15 feet in depth is determined using
Table O-1.3. Only one arrangement of mem-
bers is provided.
Space 8x10 crossbraces at six feet hori-
zontally and five feet vertically.
Space 12x12 wales at five feet vertically.
Use 3x6 tight sheeting.
Use of Tables O-2.1 through O-2.3 would fol-
low the same procedures.
(g) Not es for all Tables.
1. Member sizes at spacings other than in-
dicated are to be determined as specified in
§ 1926.652(c). "Design of Protective Systems."
2. When conditions are saturated or sub-
merged use Tight Sheeting. Tight Sheeting
refers to the use of specially -edged timber
planks (e.g., tongue and groove) at least
three inches thick, steel sheet piling, or
similar construction that when driven or
placed in position provide a tight wall to re-
sist the lateral pressure of water and to pre-
vent the loss of backfill material. Close
Sheeting refers to the placement of planks
side -by -side allowing as little space as pos-
sible between them.
3. All spacing indicated is measured center
to center.
4. Wales to be installed with greater di-
mension horizontal.
5. If the vertical distance from the center
of the lowest crossbrace to the bottom of the
trench exceeds two and one-half feet,
uprights shall be firmly embedded or a
mudsill shall be used. Where uprights are
embedded, the vertical distance from the
center of the lowest crossbrace to the bot-
tom of the trench shall not exceed 36 inches.
When mudsills are used, the vertical dis-
tance shall not exceed 42 inches. Mudsills are
wales that are installed at the toe of the
trench side.
6. Trench jacks may be used in lieu of or in
combination with timber crossbraces.
7. Placement of 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.
385
1
1
f
1
1
1
1
1
1
1
1
1
I
1
I
1
1
Pt. 1926, Subpt. P. App. C
29 CFR Ch. XVII (7-1-07 Edition)
C,
x
N
in
J
H
O
CC
N
CC
N
C
.0
a
OF
x w ii
C
x
W
SiLk
N
O
t0
-
-a',
'C
�
#
10
10
10
w
CC
CC
x
en
M
CO
� x W
d t1
1
Q
1
Q
Q
Q
Q
Q
Q
} 0
1
O
=
r�
aO
V -
is
W
CO
w
,n.�
o
g�
x
'0
$
x
'0
CC
0
x
10
x
'0
a
F- .r 1~.a
w 4l�i
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
O-
O
10
1D
•O
+0
'0
co
00
Ci
CC
CC
'0
aC
la
K
10
CC
1D
K
CC
10
-
1a
-
•0
aC
K
CO
o
F-
W d
CC
CC
}C
C.Cw
CC
CC
CC
CC
CC
CC
CC
11.
10
10
w
1a
10
10
10
00
a
Z
C C.
CC CC
1C
Q
CC
.0
X
Q
CC
to
CC
CC
10
>C
10
]C
W
CC
CC
a0
O
O I-
'0
1.
Q
10
Q
10
X
10
10
CO
CC
CO
x a
c
v
a
a
v
e
1'a
1'a
a
CO
a
F-
Q
10
Q
.0
CO
10
10
.o
w
4Q
a
a
a
v
w
1a
1'a
w
C
'0
•--Si
2
Cl
F-
S
F-
O.
W
a
F-
1 N
IW.r
?
?
N
w 0 W W
'0 O O
O O '0
u 1 O
N
O LK LL
.-.1
.r
..F N
C
F-
386
a
•0
0
03
0 0
cw
co
O
C G
-C
Y }
N a�
@1 .0
0
o
cn
}1
3 aF
N C-
C O
b L
Ya
00-
0 -CC
WE
0
00
C.
a o+
O V
V W
a. % C C
a.
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
N
a
N
0
N
N
x
O F
xmwe
N
x
Cl
C
•0
x
a
.ate
P.03
m
6
r{.....
I/'t
pCz
In
IC)
K,
N
N
V1
J1
N
0.Cu y 0.
ti
v
W n
4
O
ONG
4
N
N
V) C.+
.G
m
O
m
0
O
N
O
U .-.
p�C)(Nd
14 m
N
n
vi
N
N
N
N
N
Sa
CC
o
O
H
.P
m
m
N
m
m
p,
.O
N
CO
W
C
N
N
O
O
Cl
(r N
C
N
m
m
m
m
m
m
CC
rnwo
P.
b
b
Nm
m
U
D
O
CC
N
m
m
con
N
C.
7
'xa
'0
+xa
CC
o
O
O
O
m
iC
.O
.G
N
m
m
U
't
.O
.O
.O
`�
O
m
CO
•
�S
x
%
Dpi'
%
F
•[7 --.
O
N
O
y
W
;fir
m Z
9 b n
0.
pV
oky
n o
o
H o
oa
E.
387
q
CC.)
00
CCC
0. c
ON
.00
4 -IN
CU
CCC
W
t r
GNC
41.0
MU
I-Im
00
V
gM
NC
CM
410
.011
'30
L +1
NC
rl 0'
C CI
CO
C
'HO
CM
s -I.0
CC
P V
CIC
041
m u
O U
C
b W
U,
CCC
CC.
1
I
I
I
I
I
[1,
I
I
I
I
I
I
I
I
I
I
I
Pt. 1926, Subpt. P. App. C
d
00 06
F 4+
444
H 00
C
00444
01
w
m
H F 0.
U 2 a
.1 01
4 o
H �
00 1
O
140 40
0.
2 U
0004
4�I
r+ O
r y
29 CFR Ch. XVII (7-1-07 Edition)
z
d
V
N L
m
p�
N N
00
I
5
wIi w
0
r
x
x
x
n
H
IN
IN
IN
•2n
rU
N
m
O
N
O
N
N
00
rr F
00
00
V1
00
00
1400.
.,
0
0
O
0
a
io
xo.
m
m
a
o
O
O
O
W N
W 0. —
00
W
m
W
00
00
U
4
O
a
�O,
T
01
00
w
W
N
H O
0x0
4x0
O E
D
O
O
0.
0
0
00
0
0x0
CO
�O
O
O
d
0.
00
m
m
m
m
b
000
0 00
000
NHO
O
O
...
O
O
—
..
Q
.-,
..
W
H
0
C U W
W
F
H0
01
~ •G
W
0/
d
F •D
d
d
06w
0)u
du
ma+
m
014404-i
W
.'C
N
w
'7
Cl.
0
01 O
viz
0.
O
0.
0
Y O
aJ 1
0 O
vl 2
P.
0
N
VS
0) 0040
0n 1
04 O
vi Z
Vi
00 O O
0 O �
0 0 O
OG
C Oas
E,
388
m
O
0. 3
0
0044.
CO
.644
v O
m
0044
4) m
.-I d
m 0
4004
L
.0
C 00
-4.0
£44)
4000
0001
4044
0 N
.400
Ii
A
40
.400
4.14
040-
0)
N W
00
401
ti m
I A
0
N 0
044
'544
p 00
p
410
0140
Z
4
1
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C
Co
Co
Co
Co v
x
x
v
U,
qM
Q F
V
•o
'0
W
v1
x
x
N
d
N
p4
N
x
N
0
lY
d
J
x°O
Co
Co
x
Co
Co
Co
Co
a
-
a�
w
v
'a
H
9 0'
OpP�
Co00
O o,
Co
Co
O
m
'0
O
N
N
x0,
za
Z0,
Co
Co
COG%
m
CoO
Co
Co
W
F
r
F
Co
Co
-Y
V
-1
b
Co
Co
Co
Co
't
k
F4
0a
Co
•o
w
.aCo
CO
i
K
K
K
x
„
Co
v
CO
.o
O
.e
a
.o
.o
Co
Co
Co
W
Vi
g
.O
.O
Co
.O
Co
.Q
Co
Co
Co
Co
x
x
CO
Co
b7
6
=
Co
Co
St
CoG
Co.xo
W
St
SO
Co
x
.T
Co
.D
.O
d
+O
.°
.O
.D
.O
.O
.O
J
v
v
v
Co
.xo
so
.%
.xo
SO
z
0
s
o
o
w
a
w
o
0
0
°
V
'o
v
v
.3
e
v
a
Co
Co
7C
.%
.xa
.xo
Co
•� G
Co
Co
.e
.o
v
.o
.o
.o
.o
,a
.e
.c
Cov Co
K
v
x
v
x
a
hC
Co
x
a
6E
.o
04
.o
04
.a
04
.°
%
.o
Y.
.o
N Z '-•
F+
i~
F
F
N
H
F
F
M H
F
F
F+
F
0: V
CO
Co
.O
00
O
.D
m
9
05
N `0.•i
pp,,
W�
o.
0.
0-
a.
0.
0.
7
o.
a
7
Co b D
0�,�
"4 0
? 0
N
O
389
I
1
1
I
1
I
I
I
I
I
liT
I
I
I
1
I
1
I
Pt. 1926, Subpt. P, App. C
29 CFR Ch. XVII (7-1-07 Edition)
M Sc
U
N
'0
N
O
�
N
411
Co
N
O
O
N
m
-.
M
m
d
x
V
N%i
n
v
F
V
m
N N
NIasi
6
vi
an
In
ut
w
an
CoIl
0.0.'
N
O
O
N
O
N
N
O
N
H Op
ap
m
.O
m
m
m
a
O
50
41 a
Hew
VI
W Li {w1.
V,
141
all
In
Vl
Ml
UI
V,
h
0.41.'.-
zO
.---
H �'r
w
so
m
o0
m
m
m
m
m
a...
0
N
'o
N
.o
x
.o
x
.o
N
Co
x
Co
aC
ep
i.
m
x
m
HO
N
N.t H
i
0.41
%
%
%
%
N
N
N
N
1<
O
a0
'0
.L
.O
Sc
Co
'0
Co
Co
5 Q
ci
N
Ill
0.
NO
•o
%
.o
x
so
x
ao
x
m
N
w
%
m
x
oo
N
co
x
v
'o
'o
'o
.o
m
w
m
m
o r
v
w
r 0
0
a
a
.c
.o
'o
m
� O
.1
0.
.O
N
.O
s
sO
.D
s
m
m
SO
Iq
m
Co
v
.0
b
ill
.
a
F•�
o
F•�
H
�
H
H
H
H
H
H
0
iNi v
0 6 G) Nciw
m
m
O
�..
d U
W
00
O_
d u
b
m
a
GI L
w
x v
0
a
m z
0
O
0
1n 2.
0
0
0
N N
N
.
V F
N
Iw.1 O W w
o 0
a
w o
N
0
H
H
H r
O
390
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
r1
U
a
0,
to
Co
O F
Cd
a
,Wig
a
a
w
�
y
X
v
X
I+Xi
cxl
.XT
x
x
(aj
C]
•z
a0y C
0-C-.
0,
0
y
w
n
55,
y
O
'
O
N
x
to
x
to
to
x
CO..
m
O
O
O
O
z
N
F
O
„-
to
x
m
x
m
to
m
to
m
to
0
to
to
to
to
to
to
m
C. H
o
SO
>4
m
to
0--
'c
W
X
00
W
W
W
0
w
.o
m
.a
m
m
Eu
aOG
V
•�
X
K
X
K
X
•D
•D
•D
10
'0
m
00
30
n'
PE
X
X
X
K
X
•D
'0
•D
.O
m
m
—
F
F
F
N S F
F
-•
F
-.
F
z
OC V[ 1
•O
m
O
m
V
V
V
W
O 6[a.
V U
CIU
VU
VU
VU
V U
W
5.'.5.
v>
>w7
000.
O
O
00
W
fnZ
CO
VVi
U F
CO
N
N
a
F+
F
E+
0
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
CO
0.0
O
-.0
C
0'O
00
00
m.,
V U
-a'
L
o m'
C V
.0 .0
C
V
I.
al .0
tAO
to
500
•Ci 0
CV
V
.00
C
CCC
.00
L Y
M M
3 �
a
Cm
" o
0 01
+1 M
:50
H �
M 901
N
U
Co
00
CC,
Oq
0 7C
a',
x
do not exceed 20 feet (6.1m) in depth. This ap-
pendix must be used when design of the alu-
minum hydraulic protective system cannot
be performed in accordance with
1926.652(c)(2).
(b) Soil Classification. In order to use data
presented in this appendix, the soil type or
types in which the excavation is made must
391
I
LI
I
I
I
I
I
I
I
El
I
I
I
I
I
I
Li
I
Pt. 1926, Subpt. P, App. D
first be determined using the soil classifica-
tion method set forth in appendix A of sub-
part P of part 1926.
(c) Presentation of Information. Information
is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables D-1,1, D-1.2, D-1.3 and E-1.4.
Each table presents the maximum vertical
and horizontal spacings that may be used
with various aluminum member sizes and
various hydraulic cylinder sizes. Each table
contains data only for the particular soil
type in which the excavation or portion of
the excavation is made. Tables D-1.1 and D-
1.2 are for vertical shores in Types A and B
soil, Tables D-1.3 and D1.4 are for horizontal
waler systems in Types B and C soil.
(2) Information concerning the basis of the
tabular data and the limitations of the data
Is presented in paragraph (d) of this appen-
dix.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations (footnotes) re-
garding Table D-1.1 through D-1.4 are pre-
sented in paragraph (g) of this appendix.
(6) Figures, illustrating typical installa-
tions of hydraulic shoring, are included just
prior to the Tables. The illustrations page is
entitled "Aluminum Hydraulic Shoring;
Typical Installations."
(d) Basis and limitations of the data. (1)
Vertical shore rails and horizontal wales are
those that meet the Section Modulus re-
quirements in the D-1 Tables. Aluminum
material Is 6061-T6 or material of equivalent
strength and properties.
(2) Hydraulic cylinders specifications. (1) 2 -
inch cylinders shall be a minimum 2 -inch In-
side diameter with a minimum safe working
capacity of no less than 18,000 pounds axial
compressive load at maximum extension.
Maximum extension is to include full range
of cylinder extensions as recommended by
product manufaturer.
(ii) 3 -inch cylinders shall be a minimum 3 -
inch inside diameter with a safe working ca-
pacity of not less than 30,000 pounds axial
compressive load at extensions as rec-
ommended by product manufacturer.
(3) Limitation of application.
(i) It is not intended that the aluminum
hydraulic specification apply to every situa-
tion that may be experienced in the field.
These data were developed to apply to the
situations that are most commonly experi-
enced in current trenching practice. Shoring
systems for use in situations that are not
covered by the data in this appendix must be
otherwise designed as specified in
§ 1926.652(c).
(ii) When any of the following conditions
are present, the members specified in the Ta-
29 CFR Ch. XVII (7-1-07 Edition)
bles are not considered adequate. In this
case, an alternative aluminum hydraulic
shoring system or other type of protective
system must be designed in accordance with
§1826,652,
(A) When vertical loads imposed on cross
braces exceed a 100 Pound gravity load dis-
tributed on a one foot section of the center
of the hydraulic cylinder.
(B) When surcharge loads are present from
equipment weighing in excess of 20,000
pounds.
(C) When only the lower portion or a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables D-1.1, D-1.2, D-1.3 and D-
1.4. The members of the shoring system that
are to be selected using this information are
the hydraulic cylinders, and either the
vertical shores or the horizontal wales. When
a waler system Is used the vertical timber
sheeting to be used is also selected from
these tables. The Tables D-1.1 and D-1.2 for
vertical shores are used in Type A and B
soils that do not require sheeting. Type B
soils that may require sheeting, and Type C
soils that always require sheeting are found
in the horizontal wale Tables D-1.3 and D-1.4.
The soil type must first be determined in ac-
cordance with the soil classification system
described in appendix A to subpart P of part
1926. Using the appropriate table, the selec-
tion of the size and spacing of the members
is made. The selection is based on the depth
and width of the trench where the members
are to be installed. In these tables the
vertical spacing is held constant at four feet
on center. The tables show the maximum
horizontal spacing of cylinders allowed for
each size of wale in the waler system tables,
and in the vertical shore tables, the hydrau-
lic cylinder horizontal spacing is the same as
the vertical shore spacing.
(f) Example to Illustrate the Use of the Tables:
(1) Example 1:
A trench dug in Type A soil is 6 feet deep
and 3 feet wide. From Table D-1.1: Find
vertical shores and 2 inch diameter cylinders
spaced 8 feet on center (o.c.) horizontally and
4 feet on center (o.c.) vertically. (See Figures
1 & 3 for typical installations.)
(2) Example 2:
A trench is dug In Type B soil that does
not require sheeting, 13 feet deep and 5 feet
wide. From Table D-1.2: Find vertical shores
and 2 inch diameter cylinders spaced 6.5 feet
o.c. horizontally and 4 feet o.c. vertically.
(See Figures 1 & 3 for typical installations.)
(3) A trench Is dug in Type B soil that does
not require sheeting, but does experience
some minor raveling of the trench face. The
392
Ll
I
I
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P. App. D
trench is 16 feet deep and 9 feet wide. From
Table D-1.2: Find vertical shores and 2 Inch
diameter cylinder (with special oversleeves
as designated by footnote #B2) spaced 5.5 feet
o.c. horizontally and 4 feet o.c. vertically,
plywood (per footnote (g)(7) to the D-1 Table)
should be used behind the shores. (See Fig-
ures 2 & 3 for typical installations.)
(4) Example 4: A trench is dug in pre-
viously disturbed Type B soil, with charac-
teristics of a Type C soil, and will require
sheeting. The trench is 18 feet deep and 12
feet wide. 8 foot horizontal spacing between
cylinders is desired for working space. From
Table D-1.3: Find horizontal wale with a sec-
tion modulus of 14.0 spaced at 4 feet o.c.
vertically and 3 inch diameter cylinder
spaced at 9 feet maximum o.c. horizontally.
3x12 timber sheeting is required at close
spacing vertically. (See Figure 4 for typical
installation.)
(5) Example 5: A trench is dug in Type C
soil, 9 feet deep and 4 feet wide. Horizontal
cylinder spacing in excess of 6 feet is desired
for working space. From Table D-1.4: Find
horizontal wale with a section modulus of 7.0
and 2 inch diameter cylinders spaced at 6.5
feet o.c. horizontally. Or, find horizontal
wale with a 14.0 section modulus and 3 inch
diameter cylinder spaced at 10 feet o.c. hori-
zontally. Both wales are spaced 4 feet o.c.
vertically. 3x12 timber sheeting is required
at close spacing vertically. (See Figure 4 for
typical installation.)
(g) Footnotes, and general notes, for Tables
D-1.1, D-1.2, D-1.3, and D-1.4.
(1) For applications other than those listed
in the tables, refer to § 1926.652(c)(2) for use of
manufacturer's tabulated data. For trench
depths in excess of 20 feet, refer to
§1926.652(c)(2) and §1926.652(e)(3)_
(2) 2 inch diameter cylinders, at this width,
shall have structural steel tube
(3.5x3.5x0.1875) oversleeves, or structural
oversleeves of manufacturer's specification,
extending the full, collapsed length.
(3) Hydraulic cylinders capacities. (1) 2
inch cylinders shall be a minimum 2 -inch in-
side diameter with a safe working capacity
of not less than 18,000 pounds axial compres-
sive load at maximum extension. Maximum
extension is to include full range of cylinder
extensions as recommended by product man-
ufacturer.
(ii) 3 -inch cylinders shall be a minimum 3 -
Inch Inside diameter with a safe work capac-
ity of not less than 30.000 pounds axial com-
pressive load at maximum extension. Max-
imum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(4) All spacing indicated is measured cen-
ter to center.
(5) Vertical shoring rails shall have a min-
imum section modulus of 0.40 inch.
(6) When vertical shores are used, there
must be a minimum of three shores spaced
equally, horizontally, in a group.
(7) Plywood shall be 1.125 in. thick
softwood or 0.75 inch. thick, 14 ply, arctic
white birch (Finland form). Please note that
plywood is not intended as a structural
member, but only for prevention of local rav-
eling (sloughing of the trench face) between
shores.
(8) See appendix C for timber specifica-
tions.
(9) Wales are calculated for simple span
conditions.
(10) See appendix D, item (d), for basis and
limitations of the data.
393
I
I
I
I
I
n
I
1
I
1
I
I
I
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition)
ALUMINUM HYDRAULIC SHORING
TYPICAL INSTALLATIONS
FIGURE NO. I FIGURE NO. 2
VERTICAL ALLMMY YERTSAL ALLMrARA
XYORA'e n AMOMN IIVY YDAO IROReq
IIJOT NRACIY H
[MIDR I YWOOOI
JI/ RO.1r AL
M OR120NTAL SPACIM6 APACACINC
10' RA%.
CORTICAL
S P AC RIG
A' MAX. 'Efy
2. MAX.
VERTICAL
SPACING
L' MAX.
2' MAX.
VERTICAL RAIL
CORTICAL RAIL
IYORAULIC CYLINDER 10'
VERTICAL
SPACING
A' NA%.19Ca 0.'X
FIGURE NO. 4
4VwR1 II-ORALLG NRORrq
MALNR NVITEY
Trrnw>
RORIZOITAL SPACING
IERTICAL RAIL 211*.
HYDRAULIC
CYLI IDER
YERT ICAL
SPACI NO
394
RTORAULIC
CYLI%OER
PLY Y000
UPR ICR1
SREE TI NC
IYDRAULIC
CYL INEAR
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
§_
§
§k
3°
ra
O
6
E
I
)Uj
/
�
w �
®
r4 \O
gym
0
O
00
z
z
§
_<
6
Q
§
=
U
k■« E
^
k§�
z
�(? R
I 0
00
00
N
\\�
_
§
mUic O
*
�/�
a
n
0
0�\�
§
Q R
O
395
a
I
I
I
I
Pt 1926, SubtPApp. D 29 CFR Ch. XVII (7-1-07 Edition)
I
I
H
I
1
�
m
O
\2
I
/§§/
m§mod
2Q�
>�
I
I
L
I
I
[1 �
I
u§
§k
\2
O
3
§
)
a�
o
\�
c
O
00
2
b
§
/
§
=
p
>�
O
z
/z� E
§§ \
00
]
r
I\a
ho
3�§�
w_/o
k
0§
0§_
0§~
>
O
Q
o
396
0O
I
Occupational Safety and H a h Admin., Labr Pt. 1926, Subpt. P, App. D
)-
§
|
)§
§
§
|
j
k2�
- $
{
§
3
&
&
&
&
&
&
7
G
$
]
$
OO
$
-A
'
o
(
\
\2�
\z"
§
3§32
Qt4$
&
M3§
z
Q
2
/
f
(f
I1.
k§
/
R±
o
q
o
g@
>
)
r
'
~
•
2
S
&
@ K
-
§
w
\
-gym
)
§
2;s-----
-
/
�§\
\�\0
o
397
I
I
1
I
I
I
I
I
I
I
U
I
I
I
I
I
I
I
I
Pt. 196SbplPApp. D
29 CFR Ch. XVII (7-1-07 Edition)
(
\
|
§
(
|
I
\
§
!
§°
r
i
§§
$
r
W
±
E
•
=.
-
W
§
~
§
z
z
�
&
zk
&&
Z
Z
2
u
7
t
°
S
A
R
/
r
q$
o§\
»
_
W
w
�
2
m
2
§
&
3
&
&
■
&
&
&
N
N
r
N
r
r
N
m
m
i//
'zg
N
•
(
§
-
! $
3�Eo
±2_
3(0
®°§ $
o §�
0
0
°
o
398
C ;
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E
APPENDIX E TO SUBPART P OF PART 1926 -ALTERNATIVES TO TIMBER SHORING
Figure 1. Aluminum Hydraulic Shoring
18" M
VER1
SPAC
4' MA
:RTICAL RAIL
YDRAULIC CYLINDER
Figure 2. Pneumatic/hydraulic Shoring
O
O
O
O
399
I
I
1
I
i'1
1
I
I
I
I
I
Li
I
I
I
n
L_,
Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-07 Edition)
Figure 3. Trench Jacks (Screw Jacks) -
Figure 4. Trench Shields
APPENDIX F TO SUBPART P OF PART
192B —SELECTION OF PROTECTIVE
SYSTEMS
The following figures are a graphic sum-
mary of the requirements contained in sub-
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).
400
Occupational Safety and Health Admin., Labor
Is there potential
for cave-in?
Is the excavation more
•than 5 feet in depth?
Excavation maybe
made with
vertical sides.
Excavation must be
sloped, shored, or
shielded.
Pt. 1926, Subpt. P. App. F
Is the excavation
entirely in stable rock?
Sloping Shoring or shielding
selected, selected.
Co to Figure 2 Go to Figure 3
FIGURE 1 - PRELIMINARY DECISIONS
401
Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7--1-07 Edition)
1
i
1
1
1
1
1
1
1
1
1
1
1
1
1
Sloping selected as the
method of protection E
Will soil classification
be made in accordance
with ,1926.652 (b)?
Excavation must comply with Excavations must comply
one of the following three with$1926.652 (b)(1) which
options: requires a slope of 1'H:1V
(340).
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:
.1926.652 (b)(4) which
requires the excavation
to be designed by a
registered professional
engineer.
402
FIGURE 2. - SLOPING OPTIONS
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F
Shoring or shielding selected
as the method of protection.
Soil classification is required
when shoring or shielding is
used. The excavation must comply
with one of the following four
options;
Option 1
.51926.652 (c)(1) which requires
Appendices A and C to be followed
(e.g. timber shoring).
Option 2
S1926.652 (c)(2) which requires
manufacturers data to be followed
(e.g. hydraulic shoring,trench
jacks, air shores, shields).
Option 3
51926.652 (c)(3) which requires
tabulated data (see definition)
to be followed (e.g. any system
as per the tabulated data).
Option 4
,1926.652 (c)(4) which requires
the excavation to be designed
by a registered professional
engineer (e.g. any designed
system).
FIGURE 3 - SHORING AND SHIELDING OPTIONS
403
I
I
DIVISION 1- GENERAL REQUIREMENTS
I
I
n
E
I
I
I
SECTION 01110— SUMMARY OF WORK
PART1- GENERAL
1.01 SUMMARY:
A. This Section summarizes the Work covered in detail in the complete Contract
Documents.
B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fayetteville,
AR 72701 is contracting for Work described in the Contract Documents.
1. Contract Identification: MISSOURI CREEK AT ROLLING HILLS DRIVE
DRAINAGE IMPROVEMENTS
2. Location: Fayetteville, Arkansas.
C. Engineer: The Contract Documents were prepared by The City of Fayetteville,
Engineering Division, 125 W. Mountain St., Fayetteville, AR 72701.
1.02 PROJECT DESCRIPTION:
The Contract includes, but is not limited to, Installation of a 62 LF of a triple 9'x3.5'
reinforced box culvert on Missouri Creek at Rolling Hills Drive, including
approximately 225 SY of Asphalt Concrete Hot Mix street repair, 110 LF of Curb
and Gutter, 100 SY of concrete sidewalk, 45 LF of 24-30" Reinforced Concrete Pipe,
65 LF of 6" PVC water line, and miscellaneous related items.
1.03 WORK BY OTHERS:
A. Work Under Other Contracts: None.
B. Work by Owner: None.
C. Other Activities: Private/franchised utility relocations.
1.04 CONTRACTOR'S USE OF PREMISES:
A. Exclusive Use: During the construction period, Contractor shall have full use of the
premises for execution of the Work. Use of premises is limited only by Owner's
right to perform duties and functions as stated in the GENERAL CONDITIONS and
in this Section.
1.05 OWNER'S USE OF PREMISES:
A. Partial Owner Occupancy: The Owner reserves the right to occupy completed areas
of the contract, prior to Substantial Completion provided that such occupancy does
not interfere with completion of the Work. Such partial occupancy shall not
constitute acceptance of the total Work.
City of Fayetteville 01110 — I
Missouri Creek at Rolling Hills Drive Drainage Improvements
SECTION 01110 — SUMMARY OF WORK (continued)
1.06 WORK SEQUENCE:
A. General: Construction sequence shall be determined by Contractor subject to
Owner's need for continuous operation of existing facilities, and subject to the
requirements as indicated or specified.
B. Continuous Service of Existing Facilities: Exercise caution and schedule operations
to ensure that functioning of present facilities will not be disrupted. Shutdown of
Owner's operating facilities to perform the Work shall be held to a minimum length
of time and shall be coordinated with Owner who shall have control over the timing
and schedules of such shutdowns.
1.07 PREORDERED EQUIPMENT AND MATERIALS:
None.
1.08 MEASUREMENT AND PAYMENT:
A. Unit Price Contracts: All Work indicated on the Contract Drawings and specified in
the Contract Documents shall be included in the "Unit Price Schedule" in the
Agreement. A Unit Price is an amount proposed by Contractor and stated in the
Agreement as a price per unit of measurement for materials or services.
B. Specific Items: Measurement and payment of specific items shall be as specified in
each applicable Section of the TECHNICAL SPECIFICATIONS.
1.09 COPIES OF DOCUMENTS:
A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no
cost, a maximum of three (3) sets of Contract Documents consisting of full-size
Contract Drawings including revised Drawings and the Project Manual, in addition to
those used in execution of the Agreement.
B. Additional Copies: Additional copies of above documents will be supplied by
Engineer upon request of Contractor and approval of Owner.
1.10 LIST OF DRAWINGS (AND SCHEDULES):
A. Contract Drawings:
1. Each sheet of the Contract Drawings bears the following general title:
MISSOURI CREEK AT ROLLING HILLS DRIVE DRAINAGE
1
IMPROVEMENTS
2. Individual sheet numbers and titles are as stated on SHEET INDEX.
1
B. Reference Drawings:
1. Reference Drawings included with the set of Contract Drawings are as stated
on SHEET INDEX.
1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS:
None.
City of Fayetteville 01110— 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
f
I
SECTION 01110 — SUMMARY OF WORK (continued)
C
PART 2- PRODUCTS — NOT APPLICABLE.
IPART 3- EXECUTION - NOT APPLICABLE.
END OF SECTION 01110
I
I
I
I
1
I
I
1
1
I
I
I
City of Fayetteville 01 110 — 3
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
I
SECTION 01250 -CONTRACT MODIFICATION PROCEDURES
' PART 1- GENERAL
1.01 SUMMARY
A. Section Includes:
1. Minor changes in the Work.
2. Proposal request.
3. Work Change Directive.
I
B. Related Sections:
1. DOCUMENT 00700 — GENERAL CONDITIONS.
2. Supplementary Conditions.
I
1.02 MINOR CHANGES IN THE WORK
A. Engineer will advise Contractor of minor changes in Work not involving an
adjustment to Contract Price or Contract Times as authorized by the DOCUMENT
00700 — GENERAL CONDITIONS, Subparagraph 9.05 by issuing Field Orders.
1.03 PROPOSAL REQUEST
IA. Owner -Initiated Proposal Requests:
1. ENGINEER may issue a Proposal Request, including detailed descriptions
of proposed changes in the Work that may require adjustment to the Contract
Price or the Contract Time.
a. If necessary, the description will include supplemental or revised
I
Drawings and Specifications.
b. Proposal Requests issued by ENGINEER are for information only. Do
not consider them instructions either to stop Work in progress or to
execute the proposed change.
I
2. CONTRACTOR shall submit cost proposal, including any request for an
extension in Contract Times, within 14 days of receipt of Proposal Request.
3. In order to facilitate checking of CONTRACTOR's proposals for extras or
credits, all proposals, except those so minor that their propriety can be seen
by inspection, shall be accompanied by a complete itemization of cost
including labor, materials, and Subcontracts. Labor and materials shall be
I
itemized in a manner acceptable to the Engineer. Where major cost items are
Subcontracts, they shall be itemized also. Document each proposal for a
change in cost or time with sufficient data to support computations, including
I
the following:
a. Include list of quantities of Products, labor, and equipment required or
eliminated and unit costs, with total amount of purchases and credits to
be made.
I
b. Indicate applicable taxes, delivery charges, equipment rental, and
amounts of trade discounts.
c. Indicate amounts for insurance and bonds.
Id. Indicate amounts for Contractor's overhead and profit.
e. Include justification for any change in Contract Time.
f. Include credit for deletions from Contract, similarity documented.
City of Fayetteville 01250— 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued)
g. Include an updated Contractor's Construction Schedule that indicates the
effect of the change, including, but not limited to, changes in activity
duration, start and finish times, and activity relationship.
(1) Use available total float before requesting an extension of the
Contract Time.
4. On Owner's approval of a proposal request, Engineer will issue Change
Orders for signatures by Owner and Contractor as provided in the
DOCUMENT 00700 — GENERAL CONDITIONS.
a. Upon execution of a Change Order, Contractor shall promptly revise
Construction Progress Schedule and Schedule of Values accordingly.
1.04 WORK CHANGE DIRECTIVE
A. Engineer may issue a Work Change Directive, signed by Owner and Engineer,
including detailed descriptions of changes, and identifying method for determining
any change in Contract Price or Contract Time, instructing Contractor to proceed
with a change in the Work, for subsequent inclusion in a Change Order.
1. Contractor shall promptly execute the change.
2. Work Change Directives shall be issued on Owner's standard form.
B. Contractor shall maintain detailed records for changes in the Work performed on a
time and material basis.
I. Submit an itemized account and supporting data necessary to substantiate
cost and time adjustments to the Contract.
C. Engineer will issue Change Order CONDITIONS.
D. Upon execution of a Change Order, Contractor shall promptly revise Construction
Progress Schedule and Schedule of Values for signatures by Owner and Contractor as
provided in DOCUMENT 00700 — GENERAL accordingly.
PART 2- PRODUCTS NOT USED
PART 3- PART 3— EXECUTION NOT USED
END OF SECTION 01250
City of Fayetteville 01250 —2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
SECTION 01270 - UNIT PRICES
PART1- GENERAL
I
1.01 SUMMARY
A. Section Includes:
II. Submission procedures.
2. Changes of Contract Sum.
3. Description of Unit Prices.
I
B. Related Sections:
I. DOCUMENT 00400- BID FORM.
2. DOCUMENT 00500 -AGREEMENT.
t 3. DOCUMENT 00700 - GENERAL CONDITIONS.
1.02 SUBMISSION PROCEDURES
P
L
P.
I
A. Insert on DOCUMENT 00400 - BID FORM, Unit Prices for Work or materials listed
in this Section.
Such Unit Prices shall apply for additions and deletions.
1.03 CHANGES TO CONTRACT SUM
A. Unit Prices shall constitute full compensation or credit, as the case may be, for the
complete provision, fabrication, and installation of each item listed in this Section
based solely on Work in place, including all necessary labor, product, tools,
equipment, transportation, services and incidentals, appurtenances, and connections
required to complete the Work in place, and including insurance, overhead, profit and
supervision.
B. The Unit Prices are listed on DOCUMENT 00400 - BID FORM, and will apply to
the net change on any given change to the scope of Work.
C. Unit Prices accepted by the Owner and Contractor shall be identified in the Owner -
Contractor Agreement.
D. Contractor shall take measurements and compute quantities for which Unit Price
items are applicable.
1. Engineer will verify measurements and quantities.
a. Contractor shall assist Engineer by providing necessary equipment,
workers, and survey personnel as the Engineer requires.
2. Final payment for Work governed by Unit Prices will be made on the basis
of the actual measurements and quantities accepted by the Engineer
multiplied by the Unit Price for Work which is incorporated in or made
necessary by the Work.
3. Payment will not be made for any of the following:
a. Products wasted or disposed of in a manner unacceptable to Engineer.
b. Products which Engineer determines as unacceptable before or after
installation.
c. Product not completely unloaded from the transporting vehicle.
d. Products installed beyond the lines and levels of the required Work.
e. Products not installed after completion of Work.
f. Loading, hauling, and disposing of rejected Products.
City of Fayetteville 01270—
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
SECTION 01270 — UNIT PRICES (continued)
___________________
1.04 DESCRIPTION OF UNIT PRICES
1
Measurement and Payment of specific items shall be as specified in each applicable section
of the TECHNICAL SPECIFICATIONS.
PART 2- PART 2 -PRODUCTS
1
NOT USED
PART 3- PART 3 -EXECUTION
NOT USED
END OF SECTION 01270
1
1
1
1
1
1
1
1
1
1
City of Fayetteville 01270-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
SECTION 01290 - PAYMENT PROCEDURES
1 PART 1 - GENERAL
1.01 SUMMARY
A.
Section Includes:
I. Schedule of values.
2. Applications for payment.
B.
Related Sections:
DOCUMENT 00700 - GENERAL CONDTIONS.
I1.
2. DOCUMENT 00800 - SUPPLEMENTARY CONDITIONS.
1.02 APPLICATIONS FOR PAYMENT
IA.
Format: Document 01290.01 supported by Document 01290.02 or other approved
format.
Owner will provide Contractor an electronic copy of Documents 01290.01
Ii.
and 01290.02.
B.
Payment Period: As specified under DOCUMENT 00700 - GENERAL
CONDITONS Article 14.
C.
Preparation of Applications:
1. Present required information in typewritten form.
2. Execute application by signature of authorized officer of Contractor's firm.
I
3. Indicate dollar value in each column of each line item for portion of Work
completed through the last day of the application period, and for products
properly stored in accordance with the Contract Documents through the last
'•
day of the previous application period.
4. Round off dollar values to nearest dollar.
I
5. Complete every entry on form.
6. Indicate each authorized Change Order as separate items on continuation
sheet.
a. List by appropriate Change Order Number.
I
b. Indicate dollar value breakdown of each Change Order by each
applicable Project Manual Section.
D.
Submittal Procedure:
I1.
Comply with DOCUMENT 00700 - GENERAL CONDITIONS Article 14.
2. Submit 5 copies of each Application for Payment.
3. Submit an updated Construction Progress Schedule with each Application for
Payment.
I
4. Submit waivers of mechanics liens from Contractor, Subcontractors, sub -
subcontractors, and Material and Equipment Suppliers for amounts certified
by Engineer for construction period covered by previous application for
I
payment.
a. Submit on form acceptable to Owner.
IS.
Substantiating data:
a. When Owner or Engineer requires substantiating information to support
Contractor's application for payment, submit data justifying dollar
amounts which'are in question.
I
City of Fayetteville
01290—I
Missouri Creek at Rolling Hills Drive Drainage Improvements
SECTION 01290 - PAYMENT PROCEDURES (continued)
b. Provide I copy of data with cover letter for each copy of Application for
Payment.
(1) Indicate application number and date.
(2) List each item in question by continuation sheet identification.
6. Submit application for final payment in accordance with DOCUMENT
00700 -- GENERAL CONDITIONS Article 14.
PART 2- PRODUCTS NOT USED
PART 3- EXECUTION NOT USED
END OF SECTION 01290
City of Fayetteville 01290 — 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
SECTION 01320 - PROJECT MEETINGS. SCHEDULES. AND REPORTS
LI
I
I
I
I
I
I
I
PART 1- GENERAL
1.01 Summary: This Section includes the following administrative and procedural requirements:
A. Project Meetings:
1. Preconstruction conference.
2. Progress meetings.
B. Schedules and Reports:
1. Comply with SECTION 01321 SCHEDULE.
C. Related Work Specified Elsewhere:
1. For Schedules: SECTION 01321.
2. For Submittal Requirements: SECTION 01330.
1.02 PROJECT MEETINGS:
A. Preconstruction Conference:
I. Engineer will conduct a meeting within 20 days after the Effective Date of
the Agreement, to review items stated in the following agenda and to
establish a working understanding between the parties as to their
relationships during performance of the Work.
2. Preconstruction conference shall be attended by:
a. Contractor and his superintendent.
b. Engineer and Resident Project Representative if any.
c. Representative(s) of Owner.
d. At Engineer's option, representatives of principal Subcontractors and
Suppliers.
3. Meeting Agenda:
a. Construction schedules.
b. Critical Work sequencing.
c. Designation of responsible personnel.
d. Project coordination.
e. Procedures and Processing of:
(1) Field decisions.
(2) Substitutions.
(3) Submittals.
(4) Change Orders.
(5) Applications for Payment.
(6) Proposal Requests.
(7) Contract Closeout.
(8) Requests for Interpretation.
(9) Field Orders.
(10) Work Change Directives.
f. Procedures for testing.
g. Procedures for maintaining record documents.
h. Use of Premises:
(1) Office, work, and storage areas.
(2) Owner's requirements.
i. Construction facilities, controls, and construction aids.
City of Fayetteville 01320— 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
SECTION 01320 - PROJECT MEETINGS SCHEDULES, AND REPORTS (continued)
j. Temporary utilities.
k. Safety and first -aid.
1. Security.
m. Requirements for start-up of equipment.
n. Inspection and acceptance of equipment put into service during
construction period.
o. Distribution of Contract Documents
4. Location of Meeting: At or near the Project Site.
5. Reporting:
a. Within 7 working days after the meeting, Engineer will prepare and
distribute minutes of the meeting to Owner and Contractor.
b. Contractor shall provide copies to Subcontractors and major Suppliers.
B. Progress Meetings:
I . Engineer shall schedule and conduct monthly meetings, or at other intervals
as requested by Owner. Representatives of the Engineer, Resident Project
Representative, and Contractor shall be present at each meeting. With
Engineer's concurrence, Contractor may request attendance by
representatives of Subcontractors, Suppliers, or other entities concerned with
current program or involved with planning, coordination, or performance of
future activities. All participants in the meeting shall be familiar with the
Project and authorized to conclude matters relating to the Work.
a. Contractor and each Subcontractor represented shall be prepared to
discuss the current construction progress report and any anticipated
future changes to the schedule.
2. Location of Meetings: At or near Project Site.
3. Reporting:
a. Within 7 working days after each meeting, Engineer shall prepare and
distribute minutes of the meeting to Owner and Contractor.
b. Contractor shall distribute copies to principle Subcontractors and
Suppliers.
PART 2- PRODUCTS — Not Applicable.
PART 3- EXECUTION -- Not Applicable.
END OF SECTION 01320
City of Fayetteville 01320 — 2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
I
1
I
I
I
I
I
I
I
I
I
SECTION 01325 -- CONSTRUCTION PHOTOGRAPHS
I
1
I
1
I
I
I
I
El
PART I - GENERAL
1.01 SUMMARY:
A. This Section specifies administrative and procedural requirements for construction
photographs.
1.02 SUBMITTALS:
A. Submit photographs, tapes, films and electronic media as specified in SECTION
01330 - SUBMITTALS and in PART 3 — this Section.
1.03 OUALITY ASSURANCE:
A. Photographs may be taken by Contractor personnel provided the photographs are of
sufficient quality, clarity, and content to adequately indicate the status and detail of
the Work. If the quality and detail of the photographs taken by Contractor personnel
is not adequate to clearly show the condition of the Work, the Contractor shall retain
the services of a qualified and established commercial photographer experienced in
construction photography. Engineer will make the final determination of the
adequacy of the photographs.
B. Audiovisual tapes or digital recordings may be taken by Contractor personnel
provided they are of sufficient quality, clarity, and content to adequately and clearly
indicate the status and detail of the Work as well as conditions before and after the
construction activities. If the quality and detail of the recordings is not adequate to
clearly show the condition and detail of the Work as well as conditions before and
after the construction activities, Contractor shall retain the services of an established
professional electrographer experienced in the production of color audio/video tape
documentation of the construction industry. Engineer will make the final
determination of the adequacy of the tapes and recordings.
PART 2- PRODUCTS
2.01 PHOTOGRAPHIC REQUIREMENTS: Specified in PART 3, this Section.
PART 3- EXECUTION
3.01 PROGRESS SITE PHOTOGRAPHS:
A. Contractor shall be responsible for photographs of the Site to show the existing and
general progress of the Work. Engineer will advise as to which views are of interest.
Photographs shall be taken of the following areas and at the following times.
1. Existing Site conditions before Site work is started. Number of views shall
be adequate to cover the Site.
2. Progress of the Work from clearing throughout construction. There shall be
four (4) different views taken no more than five days before the date of the
periodic Payment Application.
1 3. Finished Project after completion of Work. Number of views shall be
adequate to show the finished Work.
City of Fayetteville 01325 —
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
SECTION 01325 - CONSTRUCTION PHOTOGRAPHS (continued)
4. If Project is not completed during the Contract Times or authorized
extensions, photographs shall continue to be taken at no increase in Contract
Price.
B. Construction photographs may be either photographic prints or digital images.
C. Photographic Prints:
1. All prints shall be color, smooth glossy finish, 5" x 7" in size taken with full
frame 35 mm camera, and inserted into archival quality polypropylene
photographic binder pages punched for insertion into a standard 3 -ring
binder. Provide binders identified by Contract name and Contract number.
D. Digital Images:
1. Submit a complete set of digital image electronic files with each submittal of
photographic prints.
a. Provide images in JPEG format, with minimum sensor size of
3.0 megapixcls.
b. Submit images that have same aspect ratio as the sensor, uncropped.
E. Print Negatives:
1. Negatives for 5" x 7" prints shall be protected by roll in negative sleeves.
Negative sleeves shall be identified with Contract name and Contract
number, date of exposure, roll number, or other general identifying
information, and name of Contractor.
F.
Identification:
1. Identify each photographic print on the reverse side with a label which
contains the Contract name and Contract number, date of exposure, and
description of view. Prints shall also bear the photographer's name or
trademark.
2. Identify electronic media with date digital photographs were taken. Provide
a separate reference document which contains the Contract name and
Contract number, date of exposure, and description of each referenced view.
G.
Provide three prints of each view.
H.
Deliver prints and electronic media files to Engineer.
1.
Deliver photographic negatives to Engineer.
3.02 AUDIO / VIDEO TAPE RECORDINGS:
I
A.
Audio / video recordings shall be made of the entire Site showing the condition of the
Site or terrain previous to any alterations by Contractor and before disturbing of the
Site is started. Existing utilities shall be marked and construction staking shall be in
place before taping begins. A second audio / video recording shall be produced after
completion of all construction operations, showing the same view or views as close
as possible, to illustrate "before" and "after" conditions. This is the responsibility of
Contractor. Three days' notice shall be given to Engineer and Owner prior to this
Work to allow them to accompany electrographer.
1
City of Fayetteville 01325-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
SECTION 01325 — CONSTRUCTION PHOTOGRAPHS (continued)
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
B. All required equipment, accessories, materials, and labor for the timely production of
this documentation shall be arranged/furnished through Contractor.
The audio / video system shall be capable of producing bright, sharp, clear visual
images which render accurate colors free from imperfections and distortions that
might obscure recorded information during playback. The simultaneous audio record
shall be made directly onto the original tapes, and shall record narration of the
electrographer clearly and audibly, with adequate volume, free from unnecessary
interruptions and distortions that might eliminate recorded information during
playback.
C. Zone of Influence: Unless otherwise indicated by Engineer or Owner, the area which
might be affected by the construction operations and, therefore, shall be documented
in these tape recordings, shall be whichever of the following includes the greatest
area.
1. All areas within the temporary construction right-of-ways and grading limits,
as indicated on the Contract Drawings.
2. The permanent easement for the completed improvements, as indicated on
the Contract Drawings.
3. All areas within 35 feet of the proposed improvements with an additional 20
feet of supplemental coverage in residential areas.
4. All areas within the Project Site.
D. Audio / Video Tape Production Procedures:
1. It is required that the audio / video tape recordings be produced while
actually walking the construction route or site - NOT through the use of
wheeled vehicles.
2. All video tape recordings shall display digital information continuously; this
information shall include the current time and date, showing the month, day,
and year. This information shall be audibly acknowledged by the
electrographer at appropriate times during recording sequences.
3. Each recording tape shall begin with a visual of the professional
electrographer's name or business trademark, followed by the current date
and time on digital display, plus audible (and visual, if possible) indication of
Contract name and numbers, municipality, name of Contractor, and other
pertinent information. Thereafter, each recording sequence shall begin with
the current time and date, followed by the location of the electrographer,
direction of view, and description of the scene being recorded. Continuous
updates of this information, plus other pertinent comments, shall be given
throughout the recording sequence. Such audio and video records shall
include, but not be limited to, conditions of existing pavement, curbs,
sidewalks, driveways, culverts, headwalls, retaining walls, ditches, roadways,
mailboxes, fences, trees, shrubs and landscaping, major structural conditions
of residences and commercial buildings, fences, signs, headwalls, general
terrain, and similar items. Particular and detailed attention shall be given to
any defects noted, such as cracks, disturbed areas, damaged areas, or as may
be required by Engineer.
4. Representatives of Engineer and Contractor shall accompany the
electrographer during recording sessions, to assist with location of the
alignment and areas of construction activity, and identification of items and
conditions to be recorded.
City of Fayetteville 01325-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
CJ
I
SECTION 01325 - CONSTRUCTION PHOTOGRAPHS (continued)
5.
All recordings shall be completed during periods of adequate lighting and
I
visibility. Sufficient lighting must be available to provide proper
illumination of shadowed areas, and proper exposure adjustments shall be
made where required. No taping shall be completed during precipitation,
mist, fog, or when more than 10% of the ground surface has snow cover.
6.
Houses and buildings shall be identified visually by house number, when
visible, in such a manner that structures of the proposed system, i.e.,
manholes on a sewer system and hydrants on a water system, may be located
by reference.
7.
Original audio / video tape recordings shall be furnished to Owner and a
copy furnished to Engineer before the start of any construction. One copy
shall be retained by Contractor.
8.
Any portion of the videotape recording not conforming to the Specifications
will be rejected.
9.
Any taped coverage not acceptable to Owner shall be refilmed at no
additional cost to Owner within five (5) days after notification of taping
inadequacy.
E. Ownership and Authenticity of Original Tapes:
1.
All original audio / video tape recordings shall become the property of
Owner, plus one duplicate of each shall be provided to Engineer. Each tape
shall be provided in a protective sleeve or case, identified as to Contract
name and number, production date of original recording, name of Contractor,
and electrographer's name or trademark. A legible copy of the log shall be
included.
3.03 ADDITIONAL PHOTOGRAPHS:
A. From time to time Engineer may issue requests for additional photographs, in I
addition to periodic photographs specified. Additional photographs will be paid for
by Change Order, and are not included in the Contract Price or an Allowance.
1. Engineer will give the photographer 3 days' notice, where feasible.
2. In emergency situations, the photographer shall take additional photographs
within 24 hours of Engineer's request.
3. Circumstances that could require additional photographs include, but are not
limited to:
a. Substantial Completion of a major phase or component of Work.
b. Owner's or Engineer's request for special publicity photographs.
c. Special events planned at Project Site.
d. Immediate follow-up when on -site events result in construction damage
or losses.
e. Photographs to be taken at fabrication locations away from Project Site.
f. Extra record photographs at time of final acceptance.
END OF SECTION 01325
I
City of Fayetteville 01325-4
Missouri Creek at Rolling Hills Drive Drainage Improvements
Il
I
I
SECTION 01420 - DEFINITIONS AND STANDARDS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART1- GENERAL
1.01 SUMMARY:
A. Definitions:
1. Basic contract definitions used in the Contract Documents arc defined in the
GENERAL CONDITIONS. Definitions and explanations are not necessarily
either complete or exclusive, but are general for the Work.
2. General Requirements are the provisions or requirements of DIVISION I
Sections, and which apply to the entire Work of the Contract.
B. Related Information Specified Elsewhere: Specification standards and associations
applicable to the Work are specified in each Section.
1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS:
A. Specification Format: The Specifications are organized into two (2) major divisions
of CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS.
B. Specification Content:
1. These Specifications apply certain conventions in the use of language and the
intended meaning of certain terms, words, and phrases when used in
particular situations or circumstances. These conventions are explained as
follows:
a. Imperative and Streamlined Language: These Specifications are written
in imperative and abbreviated form. This imperative language of the
technical Sections is directed at the Contractor, unless specifically noted
otherwise. Incomplete sentences shall be completed by inserting "shall,"
"the Contractor shall," and "shall be," and similar mandatory phrases by
inference in the same manner as they are applied to notes on the
Drawings. The words "shall be" shall be supplied by inference where a
colon (:) is used within sentences or phrases. Except as worded to the
contrary, fulfill (perform) all indicated requirements whether stated
imperatively or otherwise.
b. Specifying Methods: The techniques or methods of specifying
requirements varies throughout text, and may include "prescriptive,"
"compliance with standards," "performance," "proprietary," or a
combination of these. The method used for specifying one unit of Work
has no bearing on requirements for another unit of Work.
c. Overlapping and Conflicting Requirements: Where compliance with two
or more industry standards or sets of requirements is specified, and
overlapping of those different standards or requirements establishes
different or conflicting minimums or levels of quality, notify Engineer
for a decision as specified in GENERAL CONDITIONS.
d. Abbreviations: Throughout the Contract Documents are abbreviations
implying words and meanings which shall be appropriately interpreted.
Specific abbreviations have been established, principally for lengthy
technical terminology and in conjunction with coordination of
Specification requirements with notations on Drawings and in schedules.
1
City of Fayetteville 01420-1
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
SECTION 01420 - DEFINITIONS AND STANDARDS (continued)
1.03
1.04
These arc normally defined at first instance of use. Organizational and
association names and titles of general standards are also abbreviated.
C. Assignment of Specialists: In certain instances, Specification text requires that
specific Work be assigned to specialists in the operations to be performed. These
specialists shall be engaged for performance of those units of Work, and assignments
are requirements over which Contractor has no choice or option. These assignments
shall not be confused with, and are not intended to interfere with, enforcement of
building codes and similar regulations governing the Work, local trade and union
jurisdictions, and similar conventions. Nevertheless, final responsibility for
fulfillment of Contract requirements remains with Contractor.
D. Trades: Except as otherwise specified or indicated, the use of titles such as
"carpentry" in Specification text, implies neither that the Work must be performed by
an accredited or unionized tradesperson of corresponding generic name (such as
"carpenter"), nor that specified requirements apply exclusively to work by
tradespersons of that corresponding generic name.
DRAWING SYMBOLS:
A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols
recognized in the construction industry for purposes indicated. Refer instances of
uncertainty to Engineer for clarification.
INDUSTRY STANDARDS:
A. Applicability of Standards: Except where the Contract Documents include more
stringent requirements, applicable construction industry standards have the same
force and effect as if bound or copied directly into the Contract Documents. Such
standards are made a part of the Contract Documents by reference and are stated in
each Section.
1. Referenced standards, referenced directly in Contract Documents or by
governing regulations, have precedence over nonreferenced standards which
are recognized in industry for applicability to the Work.
2. Where compliance with an industry standard is required, standard in effect
shall be as stated in GENERAL CONDITIONS.
3. Where an applicable code or standard has been revised and reissued after the
date of the Contract Documents and before performance of Work affected,
the Engineer will decide whether to issue a Change Order to proceed with the
updated standard.
4. In every instance the quantity or quality level shown or specified shall be the
minimum to be provided or performed. The actual installation may comply
exactly, within specified tolerances, with the minimum quantity or quality
specified, or it may exceed that minimum within reasonable limits. In
complying with these requirements, indicated numeric values are minimum
or maximum values, as noted, or appropriate for the context of the
requirements. Refer instances of uncertainty to the Engineer for a decision
before proceeding.
City of Fayetteville 01420-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
1
SECTION 01420 — DEFINITIONS AND STANDARDS (continued)
I
I
I
I
I
5. Each entity engaged in construction on the Project is required to be familiar
with industry standards applicable to that entity's construction activity.
Copies of applicable standards are not bound with the Contract Documents.
a. Where copies of standards are needed for performance of a required
construction activity, Contractor shall obtain copies directly from the
publication source.
B. Abbreviations and Names: Trade association names and titles of general standards
are frequently abbreviated. Where such acronyms or abbreviations are used in the
Specifications or other Contract Documents, they mean the recognized name of the
trade association, standards generating organization, authority having jurisdiction, or
other entity applicable to the context of the text provision.
PART 2 - PRODUCTS — Not Applicable.
PART 3- EXECUTION — Not Applicable.
IEND OF SECTION 01420
I
I
I
I
I
I
I
I
City of Fayetteville 01420-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS
PART!- GENERAL
I
I
LI
t
I
I
1
I
I
I
LI
I
1.01 SUMMARY:
A. This Section includes General Requirements for:
1.
Safety and protection of Work.
2.
Safety and protection of existing property.
3.
Barriers.
4.
Security.
5.
Environmental controls.
6.
Access roads and parking areas.
7.
Traffic control and use of roadways.
8.
Railroad service.
B. Related Work Specified Elsewhere:
1. Temporary Utilities and Facilities: SECTION 01560.
PART 2 - PRODUCTS — Not Applicable.
PART 3- EXECUTION
3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY:
A. General:
1.
Provide for the safety and protection of the Work as set forth in GENERAL
CONDITIONS. Provide protection at all times against rain, wind, storms,
frost, freezing, condensation, or heat so as to maintain all Work and
Equipment and Materials free from injury or damage. At the end of each
day, all new Work likely to be damaged shall be appropriately protected.
2.
Notify Engineer immediately at any time operations are stopped due to
conditions which make it impossible to continue operations safely or to
obtain proper results.
3.
Construct and maintain all necessary temporary drainage and do all pumping
necessary to keep excavations, floors, pits, trenches, manholes, and ducts free
of water.
4.
Protect floors from damage by proper covering and care when handling
heavy equipment, painting, or handling mortar or other such materials. Use
proper cribbing and shoring to prevent overloading of floors while moving
heavy equipment. Provide metal pans under pipe -threading machines and
clean such pans daily, keeping oil off floors. Restore floors to former
condition where damaged or stained.
5.
Concrete floors less than 28 days old shall not be loaded without written
permission from Engineer.
6.
Restrict access to roofs except as required by the Work. Where access is
required, provide protection with plywood, boards, or other suitable
materials.
B. Property Other than Owner's:
I.
Provide for the safety and protection of property as set forth in the
GENERAL CONDITIONS. Report immediately to the owners thereof and
City of Fayetteville 01530— 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS (continued)
__________________________________
promptly repair damage to existing facilities resulting from construction
r
operations.
2.
Names and telephone numbers of representatives of agencies and utilities
having jurisdiction over streets and utilities in the Work area can be obtained
from Engineer for the agencies listed below. Concerned agencies or utilities
shall be contacted a minimum of 24 hours prior to performing Work, closing
streets and other traffic areas, or excavating near underground utilities or
pole lines.
a. Water.
b. Gas.
c. Sanitary sewers.
d. Storm drains.
e. Pipeline companies.
f. Telephone.
g. Electric.
h. Municipal streets.
i. State highways.
j. City engineer.
k. Fire.
1. Police.
3.
Operation of valves or other appurtenances on existing utilities, when
required, shall be by or under the direct supervision of the owning utility.
4.
Where fences are to be breached on private property, the owners thereof shall
be contacted and arrangements made to ensure proper protection of any
livestock or other property thus exposed.
5.
The applicable requirements specified for protection of the Work shall also
apply to the protection of existing property of others.
I
6.
Before acceptance of the Work by Owner, restore all property affected by
Contractor's operations to the original or better condition.
3.02 BARRIERS:
I
A. General:
1. Furnish, install, and maintain suitable barriers as required to prevent public
entry, protect the public, and to protect the Work, existing facilities, trees,
and plants from construction operations. Remove when no longer needed or
at completion of Work.
2. Materials may be new or used, suitable for the intended purpose, but shall not
violate requirements of applicable codes and standards or regulatory
agencies.
3. Barriers shall be of a neat and reasonable uniform appearance, structurally
adequate for the required purposes.
4. Maintain barriers in good repair and clean condition for adequate visibility.
Relocate barriers as required by progress of Work.
5. Repair damage caused by installation and restore area to original or better
condition. Clean the area.
I
City of Fayetteville 01530-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued)
IB. Tree and Plant Protection:
1. Preserve and protect existing trees and plants at the Site which are designated
to remain and those adjacent to the Site.
2. Provide temporary barriers around each, or around each group of trees and
plants. Unless indicated or specified otherwise, construct to a height of 6 feet
around trees, and to a height to adequately protect plants.
!I 3. Consult with Engineer and remove agreed -on roots and branches which will
interfere with construction. Employ qualified tree surgeon to remove and to
treat cuts.
4.
Protect root zones of trees and plants as follows:
a. Do not allow vehicular traffic or parking.
b. Do not store materials or products.
Prevent dumping of refuse or chemically injurious materials or liquids.
Ic.
d. Prevent puddling or continuous running water.
5.
Carefully supervise excavating, grading and filling, and subsequent
construction operations to prevent damage.
6.
Remove and replace, or suitably repair, trees and plants which are damaged
or destroyed due to construction operations, and which were designated to
remain.
3.03 ENVIRONMENTAL CONTROLS:
A. Noise Control: OSHA requirements shall be adhered to for this contract.
B. Dust
Control:
I.
Provide positive methods and apply dust control materials to minimize
raising dust from construction operations; and to prevent airborne dust from
dispersing into the atmosphere.
2.
Clean interior spaces prior to the start of finish painting and continue
cleaning on an as -needed basis until painting is finished.
P3.
Schedule operations so that dust and other contaminants resulting from
cleaning process will not fall on wet or newly -coated surfaces.
C. Water and Erosion Control:
I.
Provide methods to control surface water to prevent damage to the Project,
the Site, or adjoining properties.
2.
Plan and execute construction and earthwork by methods to control surface
drainage from cuts and fills, and from borrow and waste disposal areas, to
prevent erosion and sedimentation.
a. Hold the areas of bare soil exposed at one time to a minimum.
3.
b. Provide temporary control measures such as berms, dikes, and drains.
Control fill, grading, and ditching to direct surface drainage away from
excavations, pits, tunnels, and other construction areas; and to direct drainage
to proper runoff.
4.
Provide, operate, and maintain hydraulic equipment of adequate capacity to
control surface and groundwater.
5.
Dispose of drainage water in a manner to prevent flooding, erosion, or other
I
damage to any portion of the Site or to adjoining areas.
City of Fayetteville 01530-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued)
6.
Provide temporary drainage where the roofing or similar waterproof deck
1
construction is completed prior to the connection and operation of the
7.
permanent drainage piping system.
Comply with all other requirements indicated or specified.
D. Debris Control and Clean -Up:
1.
Keep the premises free at all times from accumulations of debris, waste
materials, and rubbish caused by construction operations and employees.
Responsibilities shall include:
a. Adequate trash receptacles about the Site, emptied promptly when filled.
b. Periodic cleanup to avoid hazards or interference with operations at the
Site and to maintain the Site in a reasonably neat condition.
c. The keeping of construction materials such as forms and scaffolding
neatly stacked.
d. Immediate cleanup to protect the Work by removing splattered concrete,
asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls,
floors, and metal surfaces before surfaces are marred.
2.
Prohibit overloading of trucks to prevent spillages on access and haul routes.
Provide periodic inspection of traffic areas to enforce requirements.
3.
Final cleanup is specified in SECTION 01780 - CONTRACT CLOSEOUT.
E. Pollution Control:
1. Provide methods, means, and facilities required to prevent contamination of
soil, water, or atmosphere by the discharge of hazardous or toxic substances
from construction operations.
2. Provide equipment and personnel, perform emergency measures required to
contain any spillages, and remove contaminated soils or liquids. Excavate
and dispose of any contaminated earth off -Site in approved locations, and
replace with suitable compacted fill and topsoil.
3. Take special measures to prevent harmful substances from entering public
waters, sanitary, or storm sewers.
4. Adhere to the Spill Prevention Control and Countermeasures Plan (SPCCP)
requirements as stated in 40 CFR Part 112.
3.04 ACCESS ROADS AND PARKING AREAS:
A. New Temporary On -Site Roads and Parking Areas:
1. Locate roads, drives, walks, and parking facilities to provide access to
construction offices, mobilization, Work, storage areas, and other areas
required for execution of the Contract.
a. Consult with Engineer regarding any desired deviation therefrom.
b. Size of parking facilities shall be adequate to provide for needs of
Contractor's personnel, Resident Project Representatives, and visits to
Site by Engineer and Owner.
2. Provide access for emergency vehicles. Maintain driveways a minimum of
15 feet wide between and around combustible materials in storage and
mobilization areas.
3. Maintain traffic areas free of excavated materials, construction equipment,
snow, ice, and debris.
City of Fayetteville 01530-4
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
I
n
1
I
I
I
I
SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS (continued)
LI
I
I
ri
I
1 3.05
I
I
I
I
I
I
I
I
4. Construct temporary bridges and culverts to span low areas and allow
unimpeded drainage.
5. Keep fire hydrants and water control valves free from obstruction and
accessible for use.
6. Construction:
a. Clear areas required.
b. Fill, compact, and grade areas as necessary to provide suitable support
for vehicular traffic under anticipated loadings. Materials and
construction shall be as indicated or specified.
c. Provide for surface drainage of facilities and surrounding areas.
d. Maintain roads, walks, and parking areas in a sound, clean condition.
Repair or replace portions damaged during progress of Work.
7. Removal:
a. Completely remove temporary materials and construction when
construction needs can be met by use of permanent installation, unless
construction is to be integrated into permanent construction. Remove
and dispose of compacted materials to depths required by various
conditions to be met in completed Work.
b. Restore areas to original, better, or specified condition at completion of
Work.
TRAFFIC CONTROL AND USE OF ROADWAYS:
A. Traffic Control:
l . The Contractor shall plan and execute the work so that interference with the
flow of traffic and the passage of pedestrians will be the minimum possible.
2. The Contractor shall be responsible for making provisions for the safe and
free passage of persons and vehicles by, over, or around the work until the
project is completed. Such provisions shall be satisfactory with the Owner
and State, County and local authority having jurisdiction in the area of work.
3. Provide, operate, and maintain equipment, services, and personnel, with
traffic control and protective devices, as required to expedite vehicular traffic
flow on haul routes, at Site entrances, on -Site access roads, and parking
areas. This includes traffic signals and signs, flagmen, flares, lights,
barricades, and other devices or personnel as necessary to adequately protect
the public.
4. Remove temporary equipment and facilities when no longer required.
Restore grounds to original, better, or specified condition when no longer
required.
5. When required by the State, County or local authority that traffic be
maintained over any construction work in a public or private highway, street,
road, or other vehicle traffic path, and such traffic cannot be maintained on
the alignment of the original roadbed or pavement, the Contractor shall, at
his own expense, provide and/or construct and maintain a detour around the
work. Such detours shall be satisfactory to the Owner and to State, County,
or local authority. The Contractor shall provide and maintain all barricades,
signs, torches, lights and markers around the work as may be required by the
various agencies having jurisdiction in the work area. The Contractor shall
City of Fayetteville 01530-5
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
1
SECTION 01530 - TEMPORARY BARRIERS AND CONTROLS (continued)
3.06
also provide qualified flagmen to direct traffic while working upon a
highway, street or road over which traffic must pass.
5. Excavated areas within the traffic lanes of highways, streets or roads and
pedestrian walkways shall be backfilled as soon as possible and the area
opened to traffic.
7. Bridge over open trenches where necessary to maintain traffic.
S. Consult with governing authorities to establish public thoroughfares which
will be used as haul routes and Site access. All operations shall meet the
approval of owners or agencies having jurisdiction.
1. The Contractor shall obtain permission from the applicable State, County or
local authority(ies) before closing or obstructing any public highway, street
or road. This shall include, but not necessarily be limited to, coordination
with Fire Departments, 911 services, and other emergency services.
10. The Contractor shall make the same provisions as described above for the
passage of vehicular and pedestrian traffic between private property and
public highways, streets and roads or other provisions that are satisfactory to
the Owner and the property owners involved.
B. Maintenance of Roadways:
1. Repair roads, walkways, and other traffic areas damaged by operations.
Keep traffic areas as free as possible of excavated materials and maintain in a
manner to eliminate dust, mud, and hazardous conditions.
2. All operations and repairs shall meet the approval of owners or agencies
having jurisdiction.
RAILROAD SERVICE:
A. Maintenance:
1. Schedule operations and exercise care to avoid any interruption to continuous
service over the railroads within or adjacent to the Work area.
2. Before transporting Equipment and Materials across railroad tracks or
performing Work within any railroad right-of-way, obtain permission or any
necessary permits from the railroads.
3. The Work shall be subject to all supervision, inspection, and other conditions
required by the affected railroads.
END OF SECTION 01530
City of Fayetteville 01530 —6
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
1
1
I
SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES
I
I
I
I
I
PART1- GENERAL
1.01 SUMMARY:
A. This Section includes requirements of a temporary nature not normally incorporated
into final Work. It includes the following:
1. Utility services.
2. Construction and support facilities.
3. Construction aids.
4. Safety and health.
5. Fire protection.
B. Related Work Specified Elsewhere:
1. Temporary Barriers and Controls: SECTION 01530.
1.02 REFERENCES:
1
A.
American National Standards Association (ANSI):
1. A 10 Series — Safety Requirements for Construction and Demolition.
B.
National Electrical Contractors Association (NECA):
1. Electrical Design Library — Temporary Electrical Facilities.
C.
National Fire Protection Association (NFPA):
10 — Portable Fire Extinguishers.
II.
2. 70 — National Electrical Code.
3. 241— Safeguarding Construction, Alterations, and Demolition Operations.
ID.
National Electrical Manufacturers Association (NEMA).
E.
Underwriters Laboratories (UL).
1.03 SUBMITTALS:
A.
Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar
procedures performed on temporary utilities.
IB.
Implementation and Termination Schedule: Submit a schedule indicating
implementation and termination of each temporary utility within 15 days of the date
established for commencement of the Work.
1.04 DUALITY ASSURANCE:
I
I
1
A. Regulations: Comply with industry standards and applicable laws and regulations of
authorities having jurisdiction, including but not limited to:
1. Building Code requirements.
2. Health and safety regulations.
3. Utility company regulations.
4. Police, Fire Department, and rescue squad rules.
5. Environmental protection regulations.
Cityof Fayetteville 01560-1
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
I
I
SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued)
B. Standards:
1. Comply with NFPA 10 and 241, and ANSI A10 Series standards
"Temporary Electrical Facilities."
2. Comply with NEMA, NECA, and UL standards and regulations for
temporary electric service. Install service in compliance with NFPA 70.
C. Inspections: Arrange for authorities having jurisdiction to inspect and test each
temporary utility before use. Obtain required certifications and permits.
1.05 PROJECT CONDITIONS:
A. Temporary Utilities: Prepare a schedule indicating dates for implementation and
termination of each temporary utility. At the earliest feasible time, when acceptable
to Owner, change over from use of temporary service to use of the permanent
service.
B. Conditions of Use: Keep temporary services and facilities clean and neat in
appearance. Operate in a safe and efficient manner. Take necessary fire prevention
measures. Do not overload facilities, or permit them to interfere with progress. Do
not allow hazardous, dangerous, unsanitary conditions, or public nuisances to
develop or persist on the Site.
PART2- PRODUCTS
2.01 MATERIALS AND EQUIPMENT:
A. Provide new materials and equipment. If acceptable to Engineer, undamaged
previously used materials and equipment in serviceable condition may be used.
Provide materials and equipment suitable for the use intended, of capacity for
required usage, and meeting applicable codes and standards. Comply with
requirements of the TECHNICAL SPECIFICATIONS.
B. Water: Provide potable water approved by local health authorities.
C. Water Hoses: Provide 3/4 -inch (19 -mm), heavy-duty, abrasion -resistant, flexible
rubber hoses 100 feet (30 m) long, with pressure rating greater than the maximum
pressure of the water distribution system. Provide adjustable shutoff nozzles at hose
discharge.
D. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent
insertion of 110- to 120V plugs into higher voltage outlets. Provide receptacle
outlets equipped with ground -fault circuit interrupters, reset button, and pilot light for
connection of power tools and equipment.
E. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords
where exposed to abrasion and traffic. Provide waterproof connectors to connect
separate lengths of electric cords if single lengths will not reach areas where
construction activities are in progress. Do not exceed safe length -voltage ratio.
F. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage
required for adequate illumination. Provide guard cages or tempered -glass
enclosures where exposed to breakage. Provide exterior fixtures where exposed to
moisture.
City of Fayetteville 01560-2
Missouri Creek at Rolling Hills Drive Drainage Improvements
fl
I
I
I
I
I
I
I
1
I
1
I
I
I
I
I
I
I
SECTION 01560-- TEMPORARY UTILITIES AND FACILITIES (continued)
I
I
r
Li
1
I
I
I
I
I
U
I
I
I
I
G. Heating Units: Provide temporary heating units that have been tested and labeled by
UL, FM, or another recognized trade association related to the type of fuel being
consumed.
H. Fire Extinguishers: Provide hand -carried, portable, UL -rated, Class A fire
extinguishers for temporary offices and similar spaces. In other locations, provide
hand -carried, portable, UL -rated, Class ABC, dry -chemical extinguishers or a
combination of extinguishers of NFPA-recommended classes for the exposures.
Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and
size required by location and class of fire exposure.
PART 3- EXECUTION
3.01 TEMPORARY UTILITIES:
A. General:
1. Engage the appropriate local utility company to install temporary service or
connect to existing service. Where utility company provides only part of the
service, provide the remainder with matching, compatible materials and
equipment. Comply with utility company recommendations.
2. Provide adequate utility capacity at each stage of construction. Prior to
availability of temporary utilities at the site, provide trucked -in services as
required for start-up of construction operations.
3. Obtain and pay for temporary easements required to bring temporary utilities
to the Project Site, where the Owner's permanent easement cannot be used
for that purpose.
4. Furnish, install, and maintain temporary utilities required for adequate
construction, safety, and security. Modify, relocate, and extend systems as
Work progresses. Repair damage caused by installation or use of temporary
facilities. Grade the areas of Site affected by temporary installations to
required elevations and grades, and clean the area. Remove on completion of
Work or until service or facilities are no longer needed or are replaced by
authorized use of completed permanent facilities.
5. The types of temporary construction utilities and facilities required include,
but not by way of limitation, water distribution, drainage, dewatering
equipment, enclosure of Work, heat, ventilation, electrical power
distribution, lighting, hoisting facilities, stairs, ladders, and roads.
6. Inspect and test each service before placing temporary utilities in use.
Arrange for required inspections and tests by governing authorities, and
obtain required certifications and permits for use.
7. Materials used for temporary service shall not be used in the permanent
system unless so specified or acceptable to Engineer.
City of Fayetteville 01560-3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued)
3.02 TEMPORARY ELECTRICITY AND LIGHTING:
A. New Service:
1.
Arrange with utility company and provide service required for power and
lighting.
2.
Connect temporary service in a manner directed by utility company officials.
Provide separate meter for metering of power used by all entities authorized
to be at or perform Work at the Project Site.
3.
The electric service shall be of sufficient capacity and characteristics for the
various construction tools, machinery, lights, heating and air conditioning,
pumps, and other tools required by Contractor and his Subcontractors.
4.
Provide weatherproof, grounded, power distribution system sufficient to
accommodate construction operations requiring power, use of power tools,
electrical heating, and lighting. Provide overload protection. Locate
multiple outlets spaced so that entire area of construction can be reached by
power tools on a single extension cord of 100 -foot maximum length. Supply
power for electric welding, if any, from either temporary power distribution
system or by engine -driven, power -generator sets at Contractor's option.
5.
Provide all necessary temporary wiring, panelboards, switches, outlets, and
other devices so that power and lighting is available throughout the
construction area. Include meters, transformers, overload protection
disconnects, automatic ground fault interrupters, and main distribution switch
gear. Include overcurrent protection on all conductors of the temporary
system.
6.
Provide adequate artificial lighting for all areas of Work when natural light is
not adequate for Work.
a. Sufficient light shall be provided for general construction areas and floor
areas, with additional sufficient lighting for specific tasks and to meet
safety requirements.
B. Use of Existing System:
1.
Owner's existing system shall not be used for temporary electricity.
C. Use of Permanent System:
1.
Prior to use of permanent system (facilities being constructed by Contractor)
for construction purposes, obtain written permission of Owner.
2.
Maintain permanent system as specified for temporary facilities.
D. Costs of Installation and Operation:
1. Pay fees and charges for permits and applications.
2. Pay costs of installation, maintenance, removal of temporary services, and
restoration of any permanent facilities used.
3. Pay costs of electrical power used.
4. Obtain and pay costs for temporary easements required across properties
other than that of Owner.
City of Fayetteville 01560— 4
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued)
1 3.03 TEMPORARY WATER:
A.
New Service:
1. Arrange with utility service company to provide water for construction
purposes.
2. Connect service to water main in a manner directed by utility company
officials. Provide with meter and shut off valve near connection to the water
•
main.
3. Size water service to provide adequate volume for all anticipated
construction uses, and to maintain minimum required pressure.
4. Install piping with outlets located so that water is available throughout the
construction area.
I
5. Prevent freezing of water distribution system. Maintain hose connections
and outlet valves in leakproof condition.
6. Sterilize temporary water piping prior to use.
B.
Use of Existing System:
I
I. Owner's existing system may be used for temporary water.
2. Make connections to existing facilities to provide water for construction
purposes.
I
a. Water Source: Make connections to Owner's service located at point
indicated or where instructed by Owner.
3. Modify, supplement, and extend system as necessary to meet temporary
'
water requirements and prevent overloading of existing system.
4. Regulate system to prevent interference with Owner's usage.
C.
Use of Permanent System:
1. Prior to use of permanent system for construction purposes, obtain written
'
permission of Owner.
2. Prior to Use of System for Drinking Water:
a. Disinfect piping.
b. Obtain inspection and approval of governing authority.
D.
Costs of Installation and Operation:
I1.
Pay all costs for installation, maintenance, and removal.
2. Pay all costs for water used.
IA.
3.04 TEMPORARY SANITARY FACILITIES:
Contractor -Furnished Facilities:
1. Furnish, install, and maintain temporary sanitary facilities for use through
I
construction period. Remove on completion of Work.
2. Provide for all construction workers under this Contract and representatives
at the Site.
3. Toilet facilities shall be of the chemical, aerated recirculation, or combustion
type, properly vented, and fully enclosed with a glass- fiber -reinforced
polyester shell or similar nonabsorbent material.
I
City of Fayetteville 01560-5
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
SECTION 01560 -TEMPORARY UTILITIES AND FACILITIES (continued)
4.
Water and sewer connected facilities may be installed to extent permitted by
governing regulations.
a. Provide lavatories, minors, urinals (where applicable), and water closets
in water and sewer connected units. Provide only potable water at
lavatories. Provide individual compartments for water closets where the
unit is intended for occupancy by more than one person. Provide
suitable enclosure with nonabsorbent sanitary finish materials and
adequate heat, ventilation and lighting.
b. Provide separate toilet facilities for male and female construction
personnel as required.
5.
Wash Facilities: Install potable water -supplied wash facilities at locations
convenient to construction personnel involved in the handling of compounds
and materials where wash-up is necessary to maintain a safe, healthy and
sanitary condition. Where recommended or required by governing
authorities and regulations or recognized standards provide emergency safety
showers, emergency eye -wash fountains, showers, and similar facilities.
Dispose of drainage properly. Supply soap and other cleaning compounds
appropriate for each condition.
6.
Drinking Water Fixtures: Provide containerized tap -dispenser type drinking
water units. Provide drinking water fountains if piped potable water is
reasonably accessible from permanent or temporary lines.
7.
Supply and maintain toilet tissue, paper towels, paper cups and similar
disposable materials as appropriate for each facility. Provide appropriate
covered waste containers for used material.
B. Use of Existing Facilities:
1.
Not applicable.
3.05 SEWERS AND DRAINAGE:
A. General: Where sewers or drainage facilities arc not available for discharge of
effluent, provide containers to remove and dispose of effluent off the Site in a lawful
manner. If existing sewers arc available for temporary drainage near the Site prior to
completion of permanent sewers, provide temporary connections to remove effluent
that can be lawfully discharged into the sewers. If existing sewers cannot be used for
discharge, provide drainage ditches, dry wells, waste stabilization ponds, and similar
discharge facilities to remove effluent that can be lawfully discharged in that manner.
B. Connect temporary sewers to the municipal sewer systems in the manner directed by
the sewer department officials.
C. Maintain temporary sewers and drainage facilities in a clean, sanitary condition.
Following heavy usage, restore to normal conditions promptly. Provide and maintain
temporary earthen embankments and similar barriers in and around construction
excavations and subgrade construction, sufficient to prevent flooding by runoff of
storm water from heavy rain storms.
City of Fayetteville 01560-6
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
SECTION 01560- TEMPORARY UTILITIES AND FACILITIES (continued)
I
I
I
I
I
3.06 TEMPORARY CONSTRUCTION AIDS:
A. General:
I. Provide construction aids and equipment required by personnel and to
facilitate the execution of the Work; scaffolds, staging, ladders, stairs, ramps,
runways, platforms, railings, hoists, cranes, chutes, and other such facilities
and equipment.
2. Materials may be new or used, must be suitable for the intended purpose, and
meet the requirements of applicable codes, regulations, and standards.
3. When permanent stair framing is in place, provide temporary treads,
platforms, and railings for use by construction personnel.
3.07 TEMPORARY SAFETY AND HEALTH:
A. General: Contractor shall be responsible for development of safety and health
programs for personnel at Project Site as specified in the GENERAL
CONDITIONS.
3.08 TEMPORARY FIRE PROTECTION:
General:
IA.
1.
Contractor shall be responsible for development of a fire prevention and
protection program for all Work under this Contract.
I
2.
The program shall comply with the applicable provisions for safety and
protection as set forth in the GENERAL CONDITIONS and with applicable
parts of the NFPA 10 and 241.
3.
Locate fire extinguishers where convenient and effective for their intended
'
purpose, but not less than one extinguisher on each floor at or near such
usable stairwell.
4.
Store combustible materials in containers in fire -safe locations.
5.
Maintain unobstructed access to fire extinguishers, fire hydrants, temporary
I
fire protection facilities, stairways, and other access routes for fighting fires.
Prohibit smoking in hazardous fire exposure areas.
I
6.
Provide supervision of welding operations and similar sources of fire
ignition.
7.
Post warning and instructions at each extinguisher location, and instruct
construction personnel on proper use of extinguishers and other available
I
facilities at Project Site. Post local fire department telephone number on or
near each telephone instrument at Project Site.
I
I
I
B. Permanent Fire Protection:
1. Complete each fire protection facility at earliest reasonable date, place into
operation, and make ready for emergency use.
2. Instruct personnel at Site on availability and proper use.
3.09 INSTALLATION AND REMOVAL:
A. Relocation: Relocate construction aids as required by progress of construction,
storage limitations, or Work requirements and to accommodate requirements of
Owner and other contractors at the Site.
I
City of Fayetteville 01560-7
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
__________________________________ I
SECTION 01560 - TEMPORARY UTILITIES AND FACILITIES (continued)
B. Removal: Remove temporary materials, equipment, and services when construction 1
needs can be met and allowed by use of permanent construction, or at completion of
the Project.
C. Repair: Clean and repair damage caused by installation or by use of temporary
facilities.
1. Remove foundations and underground installations for construction aids.
2. Grade the areas of the Site affected by temporary installations to required
elevations and clean the area.
END OF SECTION 01560
City of Fayetteville 01560-8
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
1
1
I
I
I
1
I
I
I
I
sP-1
REINFORCED CONCRETE BOX CULVERT
TRIPLE 9' x 3.5'
PART 1 -GENERAL
1.01 Description. This work consists of constructing reinforced concrete box culverts, in
accordance with the details shown on the plans, and to the lines, grades, and
dimensions shown on the plans. This work also includes associated wingwalls and
aprons at the ends of the box culvert.
1.02 Arkansas State Highway Commission Standard Drawing No. R -315X-2 shall be
modified as required to an open height of 3.5 ft and straight wingwalls as shown on the
Plan and Profile sheet. Shop drawings are required prior to roadway excavation and
ordering materials.
1.03 Cast —in -place, precast, or a combination precasticast-in-place box culverts are
acceptable, meeting the dimensions shown on the drawings.
PART 2 -MATERIALS AND CONSTRUCTION
2.01 Materials.
Concrete for reinforced concrete box culverts shall be class B in accordance with Section
601 unless specified otherwise. Reinforcing steel shall be in accordance with Section
602. Precast concrete box culverts shall be subject to the requirements of AASHTO M
259-98 and AASHTO M 273-00. Units so manufactured must be designed and certified
by a professional engineer registered in the State of Arkansas that the precast culvert(s)
have been designed and manufactured according to AASHTO M 259-988 and/or
AASHTO M 273-00 for the site specific conditions and the requirements for minimum
HS20 live load.
2.02 Construction.
Concrete box culverts shall be constructed on firm, unyielding material. Unsuitable
material found at the planned elevation of the box bottom shall be removed and replaced
with material acceptable to the Engineer/City Engineer to provide an adequate foundation
for construction of the box culvert. No concrete shall be placed before approval of the
subgrade by the Engineer/City Engineer.
Reinforcing steel and concrete for box culverts shall be provided and placed in
accordance with Sections 601 and 602 and as detailed on the plans. All concrete shall be
placed in the dry unless otherwise directed by the Engineer/City Engineer.
Precast box culverts shall be placed in accordance with Section 301.03.
Backfill material placed within the roadway limits (defined as centerline of roadway to 1'
behind the back of curb) or under driveways and parking lots shall be AHTD Class 7
aggregate base material or gravelly clay material, generally known as "hillside".
Aggregate base shall be placed in layers not to exceed 4" loose depth and shall be
compacted to 95% of maximum density as determined by AASHTO T 180 or ASTM
D1557. "Hillside" material shall be placed in layers not to exceed 8" loose depth and
City of Fayetteville SPI — 1
I
Missouri Creek at Rolling Hills Drive Drainage Improvements
shall be compacted to 95% of maximum density as determined by AASHTO T 99 or
ASTM D698.
Backfill material placed in other areas shall be "hillside" material or other material that
may be approved by the Engineer/City Engineer. Backfill in these areas shall be placed
in layers not to exceed 8" loose depth and shall be compacted to 90% of maximum
density as determined by AASHTO T 99 or ASTM D698.
No backfill shall be placed against box culvert walls or on box culvert tops until the
concrete has cured for 14 days and until test cylinders show that the minimum specified
strength has been obtained.
Backfill shall be placed and compacted on both sides of the box culvert simultaneously.
2.03 Sequence of Construction
Contractor shall sequence construction of the triple box culvert so that 2 — 9 ft lanes shall
remain open at all times during construction unless 2 -flagman are present. One 9 ft lane
must remain open when flagmen are used. Contractor shall provide adequate barriers and
construction signage in accordance with MUTCD to provide a safe environment for the
traveling public.
If precast box culverts are used, the street will be permitted to be shut down for no more
than 3 consecutive days (two of which must be Saturday and Sunday). The contractor is
responsible for providing detour signage, barricades, etc., and providing adequate
advance notice to the 911 center and the public.
Contractor shall provide a plan for review and approval for the sequence of construction
at the preconstruction conference.
PART 3- MEASUREMENT AND PAYMENT
3.01 Measurement. No measurement will be made for this item. Payment will be on a
lump sum basis.
3.02 Payment. Payment using this method will be on a lump sum basis. The lump sum
price shall include all labor, materials, equipment, and incidentals necessary to
completely construct each box culvert. Payment shall also include construction of slope
paving, and other appurtenances, as shown on the plans but not included in pay item 510
Concrete Headwalls and Concrete Retaining Walls. Payment shall also include
excavation, backfill, and over excavation as necessary to provide a stable subgrade for
box culvert construction.
Additional materials necessary to maintain 2-9ft lanes open to traffic shall be included in
bid item 510 Traffic Control and Maintenance. This will include maintenance gravel,
steel plates, additional signage, etc.
END OF SECTION SP -1
City of Fayetteville SP1 —2
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
SP -2
CLEARING, GRUBBING, DEMOLITION, AND UNCLASSIFIED
EXCAVATION
IPART 1 -GENERAL
' 1.01 Description.
This work consists of clearing, grubbing, removing, and disposing of all vegetation,
I
obstructions and debris within designated limits of the Right -of -Way and easement areas
as specified in Section 201.
it
i!
I
I
I
t
I
LI
r.i
I
1
I
Unclassified Excavation consists of the removal and disposal of all material of whatever
character encountered in the work not covered under other items. This shall include
removal of material in the existing ditch line as designated by design contours on the
Plans and as specified in Section 202.
PART 2 -MATERIALS AND CONSTRUCTION
2.01 Materials.
Not applicable.
2.02 Construction.
The construction means and methods for this item shall be as specified in the Plans and in
conformance with the Specifications.
PART 3- MEASUREMENT AND PAYMENT
3.01 Measurement. No measurement will be made for this item.
3.02 Payment. Payment will be at the unit price bid per Lump Sum for the item "Clearing,
Grubbing, Demolition, and Unclassified Excavation". The lump sum bid shall all materials,
equipment, labor, tools, and incidentals required for to perform the designated work.
END OF SECTION SP -2
City of Fayetteville SP2 —
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
1
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SP -3
SPLIT STEEL ENCASEMENT PIPE
PART 1 -GENERAL
1.01 WORK INCLUDED
A. Existing sanitary sewer lines under culverts, drainage structures, waterlines,
retaining walls, or other difficult and/or dangerous to maintain areas shall be
encased in a smooth steel encasement pipe. The encasement shall be sealed on
the ends with rubber end caps. The encasement shall not be filled with sand.
Encasements shall be installed with three spacers per joint such that the spacers
are equally spaced along the length of the pipe.
B. Provide encasement pipe for crossing of utility pipe lines under roadways, storm
drain structures, other utilities where shown in the Contract Documents.
1.02 RELATED WORK
Section 2200 — Excavation, Backfilling, & Compacting
Section 3100 - Sanitary Sewer Pipelines
1.03 REFERENCES
A. American Society for Testing and Materials (ASTM):
I. ASTM A139 Specification for Electric -Fusion (Arc) - Welded Steel Pipe
(sizes 4" and over).
2. ASTM A211 Specifications for Spiral -welded Steel or Iron Pipe.
B. American Welding Society (AWS):
1. AWS D1.1 Structural Welding Code.
PART 2— MATERIALS AND CONSTRUCTION
2.01 MATERIALS
A. Encasement pipe: Smooth wall steel pipe conforming to ASTM A 139 (Grade B),
ASTM A21 1, or AWWA C202 (Grade B), with ends prepared for welded joints.
B. Welding materials: Type required for materials being welded and conforming to
applicable AWS Specifications.
City of Fayetteville SP3 —
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
C. Casing Spacers: Shall be stainless steel or plastic, Cascade Model CCS, or approved
equal. 1
D. Casing End Seals; Shall be of a synthetic material that is designed for the specific
application. Shall be secured to the encasement pipe and the carrier pipe with
stainless steel bands, Cascade Model CCES, or approved equal.
2.02 MINIMUM THICKNESS
A. Encasement pipe for sanitary sewer mains shall be smooth steel and shall be sized as
follows:
Sewer
Minimum Encasement
Minimum Wall
ASTM/AWWA
Main Size
Pipe Size
Thickness
Specification
(inches)
(inches)
(inches)
4 - 6
12
0.250
ASTM A53
8
16
0.250
AWWA C 102
12 - 16
24
0.250
1
18
30
0.312
20-24
36
0.312
36
48
0.375
ItIt
48
60
0.375
"
2.03 EXCAVATION
A. Refer to section 2200 EXCAVATION, BACKFILLING, AND COMPACTING
for trench safety.
2.04 INSTALLATION, SPLIT STEEL ENCASEMENT PIPE
A. General: Install encasement pipe at grade and alignment shown on Drawing. Allow
for height of casement spacers when establishing grade for gravity line encasement
pipe. Refer to Standard Details.
1. Excavate trench as required the length for the crossing to minimum width
and depth as necessary to install the split casing around the carrier pipe.
2. Carefully slide split steel encasement pipe in subtrench below the carrier pipe
to attain specified grade and alignment providing room for required spacers.
3. Backfill subtrench with class 7 backfill to the springline of the encasement
pipe to support the second half of the encasement pipe.
4. Carefully place the top of the split steel encasement pipe on the bottom of the
split steel encasement pipe.
City of Fayetteville SP3 —2
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
1
1
1
1
5. Provide a continuous weld the length of the pipe on both sides to ensure a
water tight searn.
6. Keep trench pumped free of standing water. Maintain trench bottom to
provide stable base for rails and equipment and firm footing for workmen.
Granular material used in bottom of pit will not be paid for as "Additional
Trench Bedding".
4. Provide temporary sheeting and bracing as necessary to prevent earth slides.
2.05 BACKFILL
A. Prior to backfill, seal ends of encasement pipe with an end seal as shown in the
Standard Details.
B. Use material excavated from trench.
C. Backfill against ends of encasement pipe.
D. Backfill trench encasement pipe in same manner as specified in Section 3100
Sanitary Sewer Pipelines.
2.06 CLEANUP
Clean up ground surface around work area in same manner as specified for line work in
Section 2200 - Excavation, Backfilling and Compacting.
PART 3- MEASUREMENT AND PAYMENT
3.01 MEASUREMENT
Split Steel Encasement Pipe will be measured by the linear foot (LF)
of material in place and as indicated on the Plans and the Bid for Unit Price Contract.
3.02 PAYMENT
Payment for Split Steel Encasement Pipe will be based upon linear foot (LF): at the
contract unit price bid per linear foot (LF) of material placed in plan locations; said price
shall include furnishing split steel pipe, spacers, and end caps, backfill material and for
all other labor, equipment, tools, and incidentals necessary to complete the work, as
indicated on the Plans and the Bid for Unit Price Contract.
END OF SECTION SP -3
City of Fayetteville SP3 — 3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
I
1
I
I
[1
Standard Street and Drainage Specifications
DIVISION 100. GENERAL PROVISIONS...............................................6
Section 101. Definitions and Terms.......................................................................6
Section102. Not Used........................................................................................16
Section 103. Not Used........................................................................................16
Section 104. Scope of Work................................................................................16
Section 105. Control of Work...............................................................................17
Section 106. Control of Material..........................................................................27
Section 107.
Quality Control Requirements........................................................
30
ISection
108.
Legal Relations Responsibility to the Public
35
and ............................
Section 109.
Prosecution and Progress..............................................................
42
Section 110.
Measurement and Payment...........................................................
49
ISection
111.
Roadway Construction Control.......................................................
52
Section 112.
Trench and Excavation Safety Systems ..........................................54
54
I
DIVISION 200.
EARTHWORK..............................................................56
I
Section 201.
Clearing, Grubbing, and Demolition ................................................56
56
Section 202.
Excavation and Embankment.........................................................
57
ISection
203.
Subgrade Preparation....................................................................
64
Section 204.
Select Grading and Topsoil............................................................
65
Section 205.
Undercut and Stone Backfill...........................................................
67
I
I
I
Li
DIVISION 300. STORM DRAINAGE....................................................69
Section 301. Storm Drainage Pipe...................................................................... 69
Section 302. Drop Inlets and Junction Boxes ......................................................72
72
Section 303. Concrete Box Culverts.................................................................... 74
Section304. Vacant............................................................................................ 76
ST -3
n
City of Fayetteville
Section 305. Open Channels............................................................................... 76
Section 306. Filter Blanket and Native Stone Riprap...........................................78
Section 307. Flowable Select Material.................................................................80
DIVISION 400. BASE AND PAVING ...................................................82
82
Section 401. Aggregate Base Course..................................................................82
Section 402. Prime and Tack Coats....................................................................83
Section 403. Asphalt Concrete Hot Mix...............................................................85
Section 404. Asphalt Concrete Hot Mix Base Course..........................................92
Section 405. Asphalt Concrete Patching for Maintenance of Traffic....................94
Section 406. Cold Milling Asphalt Pavement.......................................................95
DIVISION 500. MISCELLANEOUS CONSTRUCTION ....................... 97
Section 501. Concrete Curb and Gutter...............................................................97
Section 502. Concrete Sidewalks........................................................................98
Section 503. Driveway Construction or Reconstruction .....................................100
Section 504. Headwalls, Wing Walls, and Retaining Walls................................102
Section 505. Seeding and Sodding....................................................................103
Section 506. Mailboxes......................................................................................108
Section 507. Pavement Markings......................................................................110
Section 508. Street Signs..................................................................................112
Section 509. Erosion Control.............................................................................114
Section 510. Traffic Control and Maintenance ...................................................117
Section 511. Mobilization...................................................................................120
Section512. Fences..........................................................................................121
Section 513. Handicap Ramps..........................................................................126
Section514. Project Signs.................................................................................127
ST -4
I
Standard Street and Drainage Specifications I Section 515. Handrail........................................................................ . .. .............128
Section 516. Tree Protection Fencing...............................................................129
' DIVISION 600. MATERIALS..............................................................131
Section 601. Cast -in -Place Concrete................................................................131
Section 602. Reinforcing Steel.......................................................................... 145
I
Eli
I
I
I
I
I
I
I
[I
f
I ST -5
City of Fayetteville
DIVISION 100. GENERAL PROVISIONS
Section 101. Definitions and Terms
101.01 Abbreviations and Definitions. Whenever the following abbreviations are used
in these specifications or on the plans, they are to be construed the same as the respective
expressions represented:
(a) Industry Abbreviations.
ACI
American Concrete Institute
AASHTO
American Association of State Highway and Transportation Officials
ADPCE
Arkansas Department of Pollution Control and Ecology
AGC
Associated General Contractors of America
AHTD
Arkansas State Highway and Transportation Department
AIA
American Institute of Architects
AISC
American Institute of Steel Construction
AISI
American Iron and Steel Institute
ANSI
American National Standards Institute
ARA
American Railway Association
AREA
American Railway Engineering Association
ARTBA
American Road and Transportation Builders Association
ASCE
American Society of Civil Engineers
ASTM
American Society for Testing and Materials
ATSSA
American Traffic Safety Service Association
AWPA
American Wood Preservers Association
AWS
American Welding Society
AWWA
American Water Works Association
CoE
U.S. Army Corps of Engineers
CRSI
Concrete Reinforcing Steel Institute
FHWA
Federal Highway Administration
FSS
Federal Specifications and Standards, General
ITE
Institute of Traffic Engineers
MIL
Military Specifications
MUTCD
Manual on Uniform Traffic Control Devices for Streets and Highways
NEMA
National Electrical Manufacturers Association
OSHA
Occupational Safety and Health Administration
SAE
Society of Automotive Engineers
SSPC
Steel Structures Painting Council
UL
Underwriter's Laboratory
USC
United States Code
ST -6
I
I
I
I
I
I
LI
I
I
I
I I
LI
I
I
n
I
Standard Street and Drainage Specifications
(b) Contract Abbreviations for Construction Work
AC
Asphalt Cement
ACHM
Asphalt Concrete Hot Mix
ACTD
Actuated
ADJ
Adjusted
AGG
Aggregate(s)
ALUM
Aluminum
APPL
Application
APPR
Approach
ASPH
Asphalt
ASSY
Assembly
AST
Asphalt Surface Treatment
AUTO
Automatic
BIND
Binder
BIT
Bituminous
BLDG
Building(s)
BLDG
Building(s)
BLKT
Blanket
BNG(S)
Bearing(s)
BR
Bridge(s)
BST
Bituminous Surface
Treatment
C & G
Curb and Gutter
CA
Corrugated Aluminum
cc
cubic centimeter(s)
CD
Compacted Depth
CEM
Cement
CL
Class
CLVT(S)
Culvert(s)
CM
Corrugated Metal
CMBN
Combination
CNTL
Control, Controller
COMP
Compaction,
CONC
Concrete
Controller
CONST
Construction
CONT
Continuous,
CORR
Corrugated
Continuously
CR
Crushed
CRS
Course(s)
CS
Corrugated Steel
CTD
Coated
CU,cu
Cubic
DBL
Double
DI
Drop Inlet(s)
DWY(S)
Driveway(s)
EMUL
Emulsified
EWK
Earthwork
EXC
Excavation
EXP
Expansion
F & I
Furnish and Install
FDN
Foundation
FES
Flared End Section(s)
FNC
Fence(s)
FURN
Furnish, Furnishing
GA
Gage, Gauge
GALV
Galvanized
GR
Grade, Graded
GRVL
Gravel
ha
hectare(s)
HI
High Intensity
HM
Hot Mix
HMA
Hot Mix Asphalt
HMAS
Hot Mix Asphalt Stabilized
INST
Install, Installing, Installation
j
joule(s)
kg
kilogram(s)
kL
kilometer(s)
km/h
kilometers per hour
KPa
kilopascal(s)
L
liter(s)
LAB
Laboratory
m
meter(s)
mm
millimeter(s)
MA
Mineral Aggregate
MAINT
Maintenance
MATL
Material(s)
MES
Mitered End Section(s)
MET
Metal
MG
1000 Gallons
MIN
Mineral
MOB
Mobilization
MOD
Modified
MPa
MegaPascal(s)
ST -7
Ii
City of Fayetteville
MRK
Marking(s)
msta
metric station
mton
1000 kilograms
NO
Number(s)
NON MET
Non -Metallic
NON REINF
Non -Reinforced
NPDES
National Pollutant Discharge
Elimination System
OCT
Octagonal
OFF
Office
Pa
Pascal(s)
PC
Portland Cement
PIL
Piles, Piling
PM
Plant Mixed
ppm
parts per million
PRCST
Precast
PRFMD
Preformed
PROC
Process, Processing
PVC
Polyvinylchloride
PVMT
Pavements(s)
PVNG
Paving
QPL
Qualified Products List
QUAD
Quadruple
QUINT
Quintuple
R & D
Removal and Disposal
RC
Reinforced Concrete
RDWY
Roadway(s)
RECOMP
Recompact(ed),
RECON
Reconstruct(ed)
Recompaction
REFL
Reflectorized
REHAB
Rehabilitate, Rehabilitation
RELOC
Relocate, Relocation
REMV
Removal, Removing,
RELP
Replace, Replacing
Removed
RESTOR
Restoration
RESTEEL
Reinforcing Steel
RMC
Rigid Metallic Conduit
RNMC
Rigid Non -Metallic Conduit
SCAR
Scarify, Scarifying
SGNL(S)
Signal(s)
SHLD(S)
Shoulder(s)
SPEC
Special
sq
Square
Sta
Station (100 feet)
STAB
Stabilized, Stabilization
STKPL
Stockpile, Stockpiling
STL
Steel
STN
Stone
STR(S)
Structure(s)
STRL
Structural
SURF
Surface, Surfacing
SWPPP
Storm Water Pollution
SYS
System, Systems
Prevention Plan
TEMP
Temporary
TERM
Terminal
THERMPL
Thermoplastic
TMBR
Timber
TRAF
Traffic
TRPL
Triple
TRMT
Treatment
TRTD
Treated
TY
Type
UNCL
Unclassified
UNTRTD
Untreated
UT
Uniform Thickness
VAR
Variable
VEH
Vehicle(s)
µm
micrometer ( 1 x 10,6 m)
ST -8
1
Standard Street and Drainage Specifications
(C) Definitions. Whenever in these specifications or in other contract documents the
following terms, or pronouns in place of them, are used, the intent and meaning shall be
interpreted as follows:
Addenda. Written or graphic instruments issued prior to the opening of Bids which clarify,
correct or change the bidding documents or the Contract Documents.
Advertisement. The public announcement, as required by law, inviting bids for work to be
performed or materials to be furnished.
AHTD Standard Specifications. The Standard Specifications for HIGHWAY
CONSTRUCTION, Arkansas State Highway and Transportation Department, Edition of
2003 or latest version, unless version date indicated otherwise.
I
Agreement. The written agreement between Owner and Contractor covering the Work to be
performed; other Contract Documents are attached to the Agreement and made a part thereof
as provided therein. The terms Agreement and Contract are used interchangeably.
Award. The acceptance by the City of a proposal.
I
Bid. The offer or proposal of the Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed. The terms Bid and Proposal are used interchangeably.
I
Bid Bond. The security furnished with a bid to guarantee that the bidder will enter into the
Contract if the bid is accepted.
Bidder. An individual, partnership, corporation or joint venture submitting a bid for the
advertised work. (The terms "Bidder" and "Contractor" are frequently used synonymously.)
I
Bid Proposal Form. The approved form on which the Owner requires bids to be prepared
and submitted for the work.
Business Day. Any calendar day except Saturdays, Sundays, and City recognized holidays.
If a holiday falls on Saturday or Sunday, the observed day shall be the Friday preceding the
Saturday or the Monday following the Sunday.
I
Calendar Day. Any day shown on the calendar, beginning and ending at midnight. If a day
is not identified by any other modifier, it shall be considered a calendar day.
I
Change Order. A written order issued by the Owner to the Contractor, covering changes in
the plans or quantities or both, within the scope of the Contract and establishing the basis of
payment and time adjustments for the work affected by the changes.
ICity. The City of Fayetteville, Arkansas, including authorized representatives.
I
City Engineer. An Engineer employed by the City responsible for construction
administration and inspection of projects for which the City is the Owner.
I ST -9
City of Fayetteville
Construction Field Change. A written order issued by the Owner covering minor changes
in the work, but which does not involve a change in the Contract Price or the Contract Time.
Construction Observer. The Engineer's or City's designated personnel appointed to
observe the Work. Multiple construction observers may be designated.
Contract. The written agreement between the City and the Contractor setting forth the
obligations of the parties thereunder, including, but not limited to, the performance of the
work, the furnishing of labor and materials, and the basis of payment. (The Contract includes
the contract form; the contract schedule of prices; the payment and performance bonds;
specifications, supplemental specification, and special provisions; general and detailed plans;
and any change orders and agreements that are required to complete the construction of the
work in an acceptable manner, including authorized extensions thereof, all of which
constitute one instrument.)
Contract Documents. The Contract Documents includes the executed Agreement; Addenda
(which pertain to the Contract Documents); Advertisement for Bids; Information for Bidders,
Contractor's Bid (including documentation accompanying the Bid and any Post -Bid
documentation submitted prior to the Notice of Award) when attached as an exhibit to the
Agreement; List of proposed Subcontractors; the Bonds; the Specifications; Special
Provisions, Supplementary Conditions, Certificates of Insurance; the Plans (Drawings) as
the same are more specifically identified in the Agreement; together with all written
modifications, Change Orders and Engineer's written interpretations and clarifications issued
on or after the Effective Date of the Agreement. Approved Shop drawings and the reports
and drawings of subsurface and physical conditions are not Contract Documents. Only
printed or hard copies of the items listed in this paragraph are Contract Documents. Files in
electronic media format of text, data, graphics and the like that may be furnished by Owner
to Contractor are not Contract Documents.
Contract Item (Pay Item). A specifically described unit of work for which a price is
provided in the Contract.
Contract Time. The number of working days allowed for completion of the Contract. If a
fixed date of completion is shown in the proposal, the Contract shall be completed by that
calendar date.
Contractor. The individual, partnership, corporation, or any combination thereof, or joint
venture contraction with the City for the prescribed work. (The terms "Contractor" and
"Bidder" are frequently used synonymously.)
Culvert. Any structure not classified as a bridge that provides an opening under the
roadway.
Defective. An adjective which when modifying the word Work refers to Work that is
unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does
not meet the requirements of any inspection, test or approval referred to in the Contract
Documents, or has been damaged prior to final payment.
ST -10
1
Standard Street and Drainage Specifications
Effective Date of Agreement. The date indicated in the Agreement on which it becomes
'• effective, but if no such date is indicated it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
Engineer. The Engineer of record, acting directly or through duly authorized
representatives, whose engineering seal appears on the plans and specifications.
I
Equipment. All machinery and equipment, together with the necessary supplies for upkeep
and maintenance, and tools and apparatus necessary for the proper construction and
acceptable completion of the work.
' Extra Work. An item of work not provided for in the Contract as awarded but found
essential to the satisfactory completion of the Contract within its intended scope.
I
Extra Work Order. A change order concerning the performance of work or furnishing of
materials involving extra work. (Such extra work may be performed at agreed prices or on a
force account basis as provided elsewhere in these specifications.)
1 Holidays. The City observes the following legal holidays: New Year's Day, Martin Luther
King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's
' Day, Thanksgiving Day and the following day, Christmas Eve, December 24; and Christmas
Day, December 25. If a holiday falls on Saturday or Sunday, the observed day shall be the
Friday preceding the Saturday or the Monday following the Sunday.
IIncidental item. Work shown on the plans but for which there is no bid item included. This
work shall not be paid for separately; rather the cost of the work is considered to be included
I
in the contract amount bid for the project.
Laboratory. The Quality Control Testing Laboratory of the City or any other testing
I
laboratory that may be designated by the City. Materials. Any substances specified for use in the construction of the project and its
I
appurtenances. Milestone. A principal event specified in the Contract Documents relating to an intermediate
completion date or time prior to Substantial Completion of all the Work for which liquidated
U
damages may or may not apply.
Notice of Award. The written notice by Owner to the apparent successful Bidder stating that
upon timely compliance by the apparent successful Bidder with the conditions listed therein,
Owner will sign and deliver the Agreement.
I
7
I
Notice to Contractors. The advertisement for proposals for all work or materials on which
bids are required indicating with reasonable accuracy the quantity and location of the work to
be done, or the character and quantity of the materials to be furnished; and the time and place
of the opening of proposals.
ST -11
I
City of Fayetteville
Notice to Proceed. A written notice given by Owner to Contractor fixing the date on which
the Contract Time will commence to run and on which Contractor shall start to perform his
obligation under the Contract Documents. Notice to Proceed is also referred to as Work
Order.
Observer. See Construction Observer.
Owner. The City of Fayetteville, Arkansas, and/or the duly authorized agent of the City of
Fayetteville, Arkansas, with whom Contractor has entered in the Agreement and for whom
the Work is to be performed.
Pavement Structure. The combination of subbase, base course, and surface course placed
on a subgrade to support the traffic load and distribute it to the roadbed.
Payment Bond. The approved form of security, executed by the Contractor and his/her
Surety or Sureties, guaranteeing the payment of all legal debts of the Contractor pertaining to
the construction of the project.
Performance Bond. The approved form of security, executed by the Contractor and his/her
Surety or Sureties, guaranteeing complete performance of the Contract and all supplemental
agreements thereto.
Plans. The approved plans, profiles, typical cross -sections, working drawing, and
supplemental drawings, or exact reproductions thereof, which show the location, character,
dimensions, and details of the work to be done. (The Title Sheet of the plans is provided for
general information only and is not to be taken as an all-inclusive description of the work.
Other work and/or locations may be included in the Project as described by the plans,
specifications, supplemental specifications, and special provisions.) The term Drawings and
Plans are used interchangeably.
Profile Grade. Unless otherwise shown on the plans, the trace of a vertical plane
intersecting the top surface of the proposed wearing surface, usually along the longitudinal
centerline of the roadbed. (Profile grade means either the elevation or gradient of such trace
according to the context.)
Project. The specific section of the highway together with all appurtenances and
construction to be performed thereon under the Contract.
Proposal. The offer of a bidder, on the prescribed form, to perform the work and to furnish
the labor and materials at the unit prices quoted.
Proposal Form. The approved form on which the City requires bids to be prepared and
submitted for the work.
Proposal Guaranty. The security furnished with a bid to guarantee that the bidder will enter
into the Contract if the bid is accepted.
ST -12
I
Standard Street and Drainage Specifications
Prospective Bidder. An individual, partnership, corporation, or joint venture who has
requested and been issued a proposal form from the City.
Qualified Products List. A list of products that are approved for use in Highway Contracts
with the Arkansas State Highway and Transportation Department. The QPL is maintained by
AHTD.
' Registered Professional Engineer. An Engineer registered in the State of Arkansas by the
Arkansas State Board of Registration for Professional Engineers and Land Surveyors. All
details, drawings, calculations, and reports submitted by the registrant as required by these
specifications shall be certified, signed, and stamped with the seal or facsimile thereof as
authorized by the Board.
Registered Professional Land Surveyor. A Land Surveyor registered in the State of
Arkansas by the Arkansas State Board of Registration for Professional Engineers and Land
Surveyors. All details, drawings, calculations, and reports submitted by the registrant as
required by these specifications shall be certified, signed, and stamped with the seal or
facsimile thereof as authorized by the Board.
Registered Scale Mechanic. A person registered with the Arkansas Bureau of Standards,
Division of Weights and Measures, as being qualified by training and experience to make
• adjustments and repairs to commercial scales and performs such work as a skilled trade.
Right -of -Way. A general term denoting land, property, or interest therein, acquired for or
• devoted to highway purposes.
I
Road. A general term denoting a public way for purposes of vehicular travel, including the
entire area within the right — of— way.
Roadbed. The graded portion of a highway within top and side slopes, prepared as a
foundation for the pavement structure and shoulders.
Roadside. A general term denoting the area adjoining the outer edge of the roadway.
(Extensive areas between the roadways of a divided highway may also be considered
roadside.)
Roadway. The portion of a highway within limits of construction, or as defined in other
sections.
Shop Drawings. All drawings, diagrams, illustration, schedules and other data which are
specifically prepared by Contractor, Subcontractor, manufacturer, fabricator, supplier or
distributor to illustrate some portion of the Work.
Shoulder. The portion of the roadway constructed primarily for the use of pedestrians.
tSidewalk. That portion of the roadway constructed primarily for the use of pedestrians.
I ST -13
Li
City of Fayetteville
Sieve. U.S.A. Standard Series, as defined in AASHTO M 92. Percent passing or retained is
by weight.
Special Provisions. Additions and revisions to the standard and supplemental specifications
covering conditions peculiar to an individual project.
Specifications. A general term applied to all directions, provisions, and requirements
pertaining to performance of the work.
Standard Specifications. This printed book of Standard Specifications for Street and
Drainage Construction. Unless otherwise noted, the Edition in effect on the date of
advertisement.
Station. A station when used as a definition or term of measurement will be 100 linear feet
measured horizontally.
Street. A general term denoting a public way for purposes of vehicular travel, including the
entire area within the right — of — way.
Structures. Bridges, culverts, catch basins, drop inlets, retaining walls, cribbing, manholes,
endwalls, buildings, sewers, service pipes, underdrains, foundation drains, and other features
that may be encountered in the work and not otherwise classed herein.
Subcontractor. An individual, firm, or corporation to whom the Contractor sublets part of
the work.
Subgrade. The top surface of a roadbed upon which the pavement structure, aggregate base,
curb and gutter, andlor shoulders are constructed.
Substantial Completion. A condition upon which the work has progressed to the point that
it can be utilized for the purposes intended; as evidenced by a Certificate issued by the
Engineer under the authority of the City. If no such certificate is issued, Substantial
Completion shall be when the work is complete and ready for final payment.
Substantial Completion Date. The time at which the Work has progressed to the point
where, in the opinion of the Owner, it is sufficiently complete, in accordance with the
Contract Documents, so that the Work (or specified part) can to utilized for the purposes for
which it was intended without further disruption to the public or occupants of the facility.
Substructure. All of that part of the structure below the bearings of simple and continuous
spans, skewbacks of arches and tops of footings of rigid frames, together with the backwalls,
wingwalls, and wing protection railings.
Superintendent. The Contractor's authorized representative in responsible charge of the
work, present at the work site at all times during the progress to supervise and direct
ST -l4
I
Standard Street and Drainage Specifications
construction, to receive and fulfill instructions from the Owner's representative, and to accept
orders for changed and extra work.
Superstructure. The entire structure except the substructure.
rSupplemental
Agreement. A written negotiated agreement constituting a modification of
the originally executed Contract and covering the performance of work beyond its general
scope. (The items of work contained therein will be included in an approved Change Order.)
Supplemental Specifications. Revisions to the Standard Specifications that are adopted
PP P p P
subsequent to issuance of the printed book of Standard Specifications.
Surety. The company, other than the Contractor, executing a bond furnished by the
Contractor.
Titles (Or Headings). The titles or headings of the sections and subsections herein are
intended for convenience of reference and shall not be considered as having any bearing on
their interpretation.
Ton. 2000 pounds.
ITraveled
Way. The portion of the roadway for the movement of vehicles, exclusive of
shoulders and auxiliary lanes.
Unit Price Work. Work to be paid for on the basis of unit prices.
Work. The furnishing of all materials, labor, equipment, tools, and incidentals necessary or
convenient to the successful completion of the project and the carrying out of the duties and
obligations imposed by the Contract.
Working Day. A calendar day during which normal construction operations could proceed;
normally excludes Saturdays, Sundays, and City recognized holidays.
Working Drawings. Stress sheets, shop drawings, erection plans, falsework plans,
framework plans, cofferdam plans, or any other supplementary plans or similar data that the
Contractor is required to submit to the Engineer for informational and record purposes or for
approval.
Work Order. Written notice from the Engineer directing the Contractor to begin
Iprosecution of the work.
1 101.02 Specification Language. To avoid cumbersome and confusing repetition of
expressions in these specifications, it is provided that whenever anything is, or is to be, done,
if, as, when, or where "contemplated, required, determined, directed, specified, authorized,
ordered, given, designated, indicated, considered necessary, deemed necessary, permitted,
reserved, suspended, established, approval, approved, disapproved, acceptable, unacceptable,
I ST -15
I
I
City of Fayetteville
suitable, accepted, satisfactory, unsatisfactory, sufficient, insufficient, rejected, or
condemned," it shall be understood as if the expression were followed by the words "by the
Engineer/City Engineer" or "to the Engineer/City Engineer".
Section 102. Not Used
1
Section 103. Not Used
Section 104. Scope of Work I
104.01 Intent of Contract. The intent of the Contract is to provide for the construction
and completion in every detail of the work described. The Contractor shall furnish all labor,
materials, equipment, tools, transportation, and supplies required to complete the work
according to the plans, specifications, and terms of the Contract.
104.02 Alteration of Plans or Character of Work.
(a) General. The City shall have the right to increase or decrease the extent of the work or to
change the location, gradient, or the dimensions of any part of the work, provided that the
length of the improvement is not increased or decreased in excess of 25% of the contract
length, or that the quantities of work to be done or the materials to be furnished are not
increased or decreased in money value in excess of 25% of the total Contract. Such changes
shall not be considered as a waiver of any conditions of the Contract nor invalidate any of the
provisions thereof. The Contractor shall perform the work as increased or decreased within
the qualifying limits named and no allowance will be made for anticipated profits on
increases or decreases so incurred.
If changes in the work require an adjustment in unit prices already established, or if I
additional work for which unit prices have not already been established by the contract is
necessary, the contract price shall be adjusted according to the General Conditions of the
Contract and this Section. If additional work is performed before an adjustment is made in
the contract, the additional work will be paid for at unit prices already established for similar
work, if such additional work is deemed necessary by the Engineer/City Engineer. If the
Contractor performs additional work without authorization from the City and without an
agreed Contract adjustment for such work, no payment for such additional work will be
made.
(b) Significant Changes in the Character of Work. The City reserves the right to make, in
writing, at any time during the work, such changes in quantities and such alterations in the
work as are necessary to satisfactorily complete the project. Such changes in quantities and
ST -16 I
1
I
Standard Street and Drainage Specifications
alterations shall not invalidate the Contract nor release the Surety, and the Contractor agrees
to perform the work as altered.
If the alterations or changes in quantities significantly change the character of the work under
the Contract, whether or not changed by any such different quantities or alterations, an
adjustment, excluding loss of anticipated profits, will be agreed upon prior to the
performance of the work. If a basis cannot be agreed upon, then an adjustment will be made
either for or against the Contractor in such amount as the Engineer/City Engineer may
determine to be fair and equitable. If the alterations or changes in quantities do not
significantly change the character of the work to be performed under the Contract, the altered
work will for as provided elsewhere in the Contract.
"significant
The term change" shall be construed to apply only to the following
circumstances:
• When the character of the work as altered differs materially in kind or nature from
that involved or included in the original proposed construction or
• When a major item of work is increased in excess of 125 percent or decreased below
75 percent of the original contract quantity. Any adjustment due to an increase in
quantity shall apply only to that portion in excess of 125 percent of original contract
item quantity, or in case of a decrease below 75 percent, to the actual amount of work
performed. A major item of work is defined as any bid item for which the original
contract value is more than 10 percent of the total original contract value.
104.03 If and Where Directed Items. The plans and the proposal may specify one or
more items to be incorporated into the project "if and where directed" by the Engineer/City
Engineer. The Engineer/City Engineer shall have discretion in determining whether and to
what extent such items will be incorporated into the project. The Engineer/City Engineer may
I order incorporation of such items at any location within the project and at any time during the
work. These items may or may not be located on the plans. The estimated quantities set out
in the proposal for such items are presented solely for the purpose of obtaining a
representative bid price. The actual quantities employed may be only a fraction of, or many
times the estimated quantities. The Contractor shall make no claim for additional
compensation because of any increase, decrease, or elimination of such items.
Section 105. Control of Work
105.01 Authority and Direction.
(a) Direction and Control by the Contractor.
(1) General. The detailed manner and method of performing the work shall be under the
direction and control of, and by, the Contractor, but all work performed shall at all times be
subject to the observation of the Engineer/City Engineer or his authorized representative to
I ST -17
I
I
City of Fayetteville
ascertain its conformance with the Contract Documents. The Contractor shall furnish all
reasonable aid and assistance required by the Engineer for the proper observation and
examination of the work and all parts thereof.
The Engineer and Owner are not responsible for the Contractor's means, methods, techniques,
sequences, or procedures of construction, or safety precautions and programs incident thereto.
The Contractor shall be responsible for the proper fitting of all work and for the coordination of
the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He
shall be prepared to guarantee to each of his Subcontractors the locations and measurements
which they may require for the fitting of their work to all surrounding work.
Observers may be appointed by the Engineer or Owner. Observers shall have no authority to
permit any deviation from the Plans and Specifications except on written order from the
Engineer/City Engineer and the Contractor will be liable for any deviation except on such
written order. Observers shall have authority, subject to the final decision of the Engineer/City
Engineer, to condemn and reject any defective work and to suspend the work when it is not
being performed properly.
The observer shall in no case act as superintendent or foreman or perform other duties for the
Contractor, nor interfere with the management of the work by the latter. Any advice which the
observer may give the Contractor shall in no way be construed as binding to the Engineer/City
Engineer or Owner in any way or releasing the Contractor from fulfilling all of the terms of the
Contract.
Any defective work may be rejected by the Engineer/City Engineer at any time before final
acceptance of the work, even though the same may have been previously overlooked and
estimated for payment and payment therefore made by the Owner.
(2) Accident Prevention. The Contractor shall exercise proper precaution at all times for the
protection of persons and property and shall be responsible for all damages to persons or
property, either on or off the site, which occur as a result of his prosecution of the work. The
safety provisions of applicable laws and building and construction codes, including applicable
parts of the Arkansas Department of Labor Safety Code, shall be observed. The Contractor
shall take or cause to be taken such safety and health measures, additional to those herein
required, as he may deem necessary or desirable. Machinery, equipment, and all hazards shall
be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in
Construction" published by the Associated General Contractors of America, Inc., to the extent
that such provisions are not in conflict with applicable local laws.
The Contractor shall maintain an accurate record of all cases of death, occupational disease, and
injury requiring medical attention or causing loss of time from work, arising out of and in the
course of employment on work under the Contract. The Contractor shall promptly furnish the
Owner with reports concerning these matters.
The Contractor shall indemnify and save harmless the Owner, and the Engineer, from any
claims for damages resulting from personal injury and/or death suffered or alleged to have been
suffered by any person as a result of any work conducted under this Contract.
ST -18
I
I
1
I
I
I
I
I
1
I
•1
a
'I
I
I
Standard Street and Drainage Specifications
(b) Authority of the Engineer. As the direct representative of the Owner, the Engineer
has immediate charge of the engineering details of each construction project; is responsible
for the general administration of the Project; and has the authority to reject unacceptable
material or work and to suspend any work that is being improperly performed.
The Owner, with input from the Engineer, will decide all questions that may arise as to the
quality and acceptability of materials furnished and work performed and as to the rate of
progress of the work; all questions that may arise as to the interpretation of the plans and
specifications; and all questions as to the acceptable fulfillment of the Contract by the
Contractor.
The Engineer, with concurrence by Owner, will have the authority to suspend the work
wholly or in part due to the failure of the Contractor to correct conditions unsafe for the
workers or the general public; for failure to carry out provisions of the Contract; for failure to
carry out orders; for such periods as deemed necessary due to unsuitable weather; for
conditions considered unsuitable for the prosecution of the Work; or for any other condition
or reason deemed to be in the public interest.
Any unresolved disputes arising under the Contract shall be submitted by the Contractor in
1
writing to the Engineer. Disputes claiming additional compensation shall contain the
information set forth in Subsection 109.10 "Claims for Adjustment and Disputes." The
Engineer shall render a written decision within 60 calendar days of receipt of the
Contractor's letter and information. Should a dispute not be resolved by the written decision
1
of the Engineer, subsequent appeal by the Contractor shall be submitted in writing within 60
calendar days of the decision of the Engineer, and shall be addressed directly to the Owner.
105.02 Plans and Submittals.
(a) Plans. Plans will show lines, grades, details of all structures, typical cross sections, and a
summary of items appearing on the proposal. Work may be provided for on the Plans that is
not located within the limits of the project as shown on the plan sheets. Work of this nature
may include but is not limited to removal of existing items, obliteration, grading, base and
surfacing, transitions, etc., and is considered a part of the project. The Plans will be
supplemented by such working drawings or sketches issued by the Engineer as are necessary
to adequately control the Work.
(b) Submittals. Shop drawings, mix designs, vendor data, testing reports, certifications,
calculations and working drawings for structures shall be furnished by the Contractor as
required herewith. They shall consist of such data and detailed plans as may be required to
adequately control the work and are not included on the plans furnished by the Owner. They
shall include stress sheets, shop drawings, erection plans, falsework plans, cofferdam plans,
or any other supplementary plans or similar data required of the Contractor.
— Where calculations, plans or design are a requirement of any submittal, such shall be
prepared and sealed by a Professional Engineer competent in the applicable field of practice
I
. and Licensed in the State of Arkansas.
IST -19
i
City of Fayetteville
All submittals shall be submitted to the Engineer for informational and record purposes or for
approval as specified for the item of work involved. Contractor shall, in writing, call
Engineer's attention to any deviation that the Submittal may have from the requirements of
the Contract Documents. The Contractor should anticipate a review period of 15 - 30
calendar days from receipt by the Engineer of submittals. The review of submittals by the
Engineer will be limited to checking for general agreement with the plans and specifications,
and shall in no way relieve the Contractor of responsibility for errors and omissions
contained therein, nor shall such review or approval operate to waive or modify any
provisions contained in the Specifications or Drawings. It is mutually agreed that the
Contractor shall be responsible for agreement of dimensions and details as well as
conformity of its submittal with the Contract plans and specifications.
(1) Where a Shop Drawing or sample is required by the Specifications, no related work shall
commence until the submittal has been reviewed and approved by Engineer.
Any Shop Drawings submitted without the Contractor's stamp of approval will not be
considered and will be returned to him for proper resubmission. If any Drawings show
variations from the requirements of the Contract because of standard shop practice or other
reason, the Contractor shall make specific mention of such variation in his letter of transmittal in
order that, if acceptable, suitable action may be taken for proper adjustment of Contract price
and/or time; otherwise, the Contractor will not be relieved of the responsibility for executing the
work in accordance with the Contract even though the Drawings have been reviewed.
The review of Shop Drawings by the Engineer shall be considered an accommodation to the
Contractor to assist him in the execution of the Contract. The Engineer's review of such
Drawings shall not relieve the Contractor of his responsibility to perform the work in strict
accordance with the Plans and Specifications, and approved changes.
if the Shop Drawing is in accordance with the Contract or involves only a minor adjustment in
the interest of the Owner not involving a change in Contract price or time, the Engineer shall so
stamp the Drawing and shall contain in substance the following:
"Corrections or comments made on the shop drawings during this review do not
relieve Contractor from compliance with requirements of the drawings and
specifications. This check is only for review of general conformance with the design
concept of the project and general compliance with the information given in the
contract documents. The Contractor is responsible for: confirming and correlating
all quantities and dimensions; selecting fabrication processes and techniques of
construction; coordinating his work with that of all other trades; and performing his
work in a safe and satisfactory manner".
(2) The Contractor shall submit all material, product, or equipment samples, descriptions,
certificates, affidavits, etc., as called for in the Contract Documents or required by the Engineer,
promptly after award of the Contract and acceptance of the Contractor's bond. No such material
or equipment shall be manufactured or delivered to the site, except at the Contractor's own risk,
until the required samples or certificates have been approved in writing by the Engineer. Any
delay in the work caused by late or improper submission of samples or certificates for approval
ST -20
I
I
LI
I
i
I
I
I,
r
I
I
1
I
Standard Street and Drainage Specifications
shall not be considered just cause for an extension of the Contract time. Submit four (4) copies
of data for Engineer's review.
Each sample submitted by the Contractor shall carry a label giving the name of the Contractor,
the project for which it is intended, and the name of the producer. The accompanying certificate
or letter from the Contractor shall state that the sample complies with Contract requirements,
shall give the name and brand of the product, its place of origin, the name and address of the
producer, and all specifications or other detailed information which will assist the Engineer in
passing upon the acceptability of the sample promptly. It shall also include the statement that all
materials or equipment furnished for use in the project will comply with the samples and/or
certified statements.
Approval of any materials shall be general only and shall not constitute a waiver of the Owner's
right to demand full compliance with Contract requirements. After actual deliveries, the
Engineer will have such check tests made as he deems necessary in each instance and may reject
materials and equipment and accessories for cause, even though such materials and articles have
been given general approval. If materials, equipment or accessories which fail to meet check
tests have been incorporated in the work, the Engineer will have the right to cause their removal
and replacement by proper materials or to demand and secure such reparation by the Contractor
as is equitable, at the Contractor's expense.
Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be
divided as follows:
(a) The Contractor shall furnish without extra cost, including packing and
delivery charges, all samples required for testing purposes, except those
samples taken on the project by the Engineer;
(b) The Contractor shall assume all costs of re -testing materials which fail to
meet Contract requirements;
(c) The Contractor shall assume all costs of testing materials offered in
substitution for those found deficient.
The contract price will include the cost of furnishing all required working drawings, record
drawings and other submittals.
105.03 Conformity with Plans and Specifications. All work performed and all
materials furnished shall be in reasonably close conformity with the lines, grades, cross
sections, dimensions, and material requirements, including tolerances, shown on the plans or
indicated in the specifications.
Unless otherwise specified, in the event the materials or the finished product in which the
materials are used is not within reasonably close conformity with the plans and specifications
but reasonably acceptable work has been produced, the Engineer/City Engineer shall
determine if the work shall be accepted and remain in place. If the work is accepted, the
Engineer/City Engineer will document the basis of acceptance by Contract modification that
will provide for an appropriate adjustment in the contract cost for such work or materials.
ST -21
1
City of Fayetteville
In the event the materials or the finished product in which the materials are used or the work
performed is found not to be in reasonably close conformity with the plans and specifications
and have resulted in an inferior or unsatisfactory product, the work or materials shall be
removed and replaced or otherwise corrected at no cost to the City.
105.04 Coordination of Plans, Specifications, and Special Conditions. These
Specifications including General Provisions and Technical Specifications, the Plans,
Supplementary Conditions, Special Provisions and all other supplementary documents are
essential parts of the Contract, and a requirement occurring in one is as binding as though
occurring in all. They are intended to be complementary and to describe and provide for a
complete work.
The Contractor shall be responsible for the proper fitting of all work and for the coordination of
the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He
shall be prepared to guarantee to each of his Subcontractors the locations and measurements
which they may require for the fitting of their work to all surrounding work.
In addition, the Specifications include references to the Arkansas Highway and
Transportation Department's Standard Specifications for Highway Construction Edition of
1996 and 2003 (AHTD Standard Specifications). The portions of the AHTD Standard
Specifications, which are referenced in these specifications, are hereby incorporated by
reference.
All work shall conform to applicable sections of the City of Fayetteville Code of Ordinances
and to the City of Fayetteville Minimum Street Standards. In case of discrepancy, the most
stringent requirements will apply. The City of Fayetteville Code of Ordinances and
Minimum Street Standards are hereby incorporated by reference.
The Contractor shall not take advantage of any apparent error or omission on the plans or in
the Contract Documents. The party discovering such error or omission shall notify the other
party when the discovery is made. The Engineer will then make such corrections and
interpretations as may be deemed necessary for fulfilling the intent of the plans and
specifications.
105.05 Cooperation by Contractor. The Contractor will be supplied with a minimum of
two sets of approved plans and Contracts, one set of which shall be kept available on the
project at all times.
The Contractor shall give the work the attention necessary to facilitate the progress thereof
and shall cooperate fully with the Engineer/City Engineer, inspectors, and other Contractors.
The Contractor shall have on the project at all times an agent who is a competent
superintendent capable of reading and thoroughly understanding the plans and specifications
and thoroughly experienced in the type of work being performed. The Superintendent shall be
satisfactory to the Owner and the Engineer, on the work at all times during working hours with
full authority to supervise and direct the work and who shall be the Contractor's agent
responsible for the faithful discharge of the Contractor's obligations under the Contract. During
ST -22
I
Standard Street and Drainage Specifications I working hours, the Contractor's superintendent shall be equipped with a mobile phone or other
communication device suitable to the Engineer for contact by the Engineer or Owner. The
superintendent shall receive instructions from the Engineer/City Engineer and shall have full
authority to execute orders or directions of the Engineer/City Engineer without delay and to
promptly supply such materials, labor, equipment, tools, and incidentals as may be required.
Such superintendent shall be furnished regardless of the amount of work sublet.
The Owner shall have the authority to require the Contractor to remove from the work any
incompetent or insubordinate superintendent.
105.06 Coordination and Cooperation Between Contractors. The Owner reserves
the right at any time to contract for and perform other or additional work on or near the work
covered by the Contract.
When separate contracts are let adjacent to or within the limits of any one project, the work
of each Contractor shall be conducted so as not to interfere with or hinder the progress or
completion of the work being performed by other Contractors. Contractors working on the
same project shall cooperate with each other.
It is understood and agreed that the Contractor considered in the bid the status of the existing
Contract or Contracts at the time of bidding and will arrange to coordinate and schedule the
work jointly with the other affected Contractors in order to complete the work within the
time allowed in the Contract.
If, through acts of neglect or through failure to comply with any applicable Government
regulations by the Contractor, any other Contractor or any Subcontractor shall suffer loss or
damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by
agreement or arbitration, if such other Contractor or Subcontractor will so settle. If such other
Contractor or Subcontractor shall assert any claim against the Owner on account of any damage
alleged to have been so sustained, the Owner will notify this Contractor, who shall defend at his
own expense any suit based upon such claim, and, if any judgment or claims against the Owner
shall be allowed, the Contractor shall pay or satisfy such judgment or claim and pay all costs
1
and expenses in connection therewith.
Contractors involved shall assume all liability, financial or otherwise, in connection with
their own Contracts and shall protect and save harmless the City of Fayetteville from any and
all damages or claims that may arise because of inconvenience, delay, or loss experienced
because of the presence and operations of other Contractors working within the limits of the
same project.
Contractors shall arrange their work and shall place and dispose of the materials being used
so as not to interfere with the operations of the other Contractors within the limits of the
same project, and shall join their work with that of the others in an acceptable manner, and
shall perform it in proper sequence with that of the others.
1
105.07 Cooperation with Utilities. The Plans indicate various utility items, some of
which are to be relocated or adjusted by the utility owner, and others that are to be relocated
ST -Z3
City of Fayetteville
or adjusted by the Contractor. The City will notify all known utility companies, all known
pipe line owners, or other known parties affected, and endeavor to have all necessary
adjustments of the public or private utility fixtures, pipe lines, and other appurtenances
within or adjacent to the limits of construction made before construction begins.
Water lines, gas lines, wire lines, service connections, water and gas meter boxes, water and
gas valve boxes, light standards, cableways, signals, and all other utility appurtenances
within the limits of the proposed construction that are to be relocated or adjusted are to be
moved by the owners of such facilities except as otherwise provided for in the Contract or as
noted on the plans.
The Contractor shall consider in the bid all of the permanent and temporary utility facilities
and appurtenances in their present, relocated, or proposed positions. No additional monetary
compensation will be allowed for any delays, inconveniences, or damages sustained due to
any interference from the utilities or appurtenances or from the operations of relocating them.
It is the Contractor's responsibility to have all utility lines located before construction begins.
Any costs incurred due to damaged utility lines shall be borne by the Contractor with no
exceptions.
All work in this contract shall be in accordance with the Arkansas Underground Facilities
Damage Prevention Act. The Contractor shall abide by the most current edition of this Act.
105.08 Inspection and Observation of Work. All materials and each part or detail of
the Work shall be subject to inspection by the Owner. All materials and each part or detail of
the Work shall be subject to observation by the Engineer. The Engineer and Owner and their
designated representatives shall be provided acceptable access to all parts of the Work and
shall be furnished with such information and assistance by the Contractor as is necessary to
for the Engineer's observation and/or the Owner's observation and inspection.. Neither
observations by Engineer/City Engineer nor inspection, tests or approvals by others shall
relieve Contractor from his obligation to perform the work in accordance with the Contract
Documents.
The Contractor shall notify the Engineer sufficiently in advance of backfilling or concealing any
facilities to permit proper observation. If the facilities are concealed without approval or
consent of the Engineer, the Contractor shall uncover for observation and recover such facilities
all at his own expense, when so requested by the Engineer.
Observation of materials and appurtenances to be incorporated in the Improvements embraced
in this Contract may be made at the place of production, manufacture or shipment, whenever the
quantity justifies it, and such observation and acceptance, unless otherwise stated in the
Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from
specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross
mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence,
the observation of materials as a whole or in part will be made at the project site.
ST -24
I
I
1
I
I
I
I
I
I
I
1
1
I
I
I
Standard Street and Drainage Specifications
All condemned or rejected work shall be promptly taken out and replaced by satisfactory work.
Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner
may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract,
or perform work as provided herein.
When requested by the Engineer/City Engineer at any time before acceptance of the Work,
the Contractor shall remove or uncover such portions of the finished work as may be
directed. After examination, the Contractor shall restore said portions of the work to the
standard required by the specifications.
Should the work thus exposed or examined prove acceptable, the uncovering or removing
and the replacing of the covering or making good of the parts removed will be paid for as
extra work. Should the work so exposed or examined prove unacceptable, the uncovering or
removing and the replacing of the covering or making good of the parts removed shall be at
the Contractor's expense.
Any work performed or materials used without inspection by the Engineer/City Engineer
may be ordered exposed, and/or removed and replaced, at no cost to the Owner unless the
Engineer/City Engineer or inspector failed to inspect after having been given reasonable
notice that the work was to be performed.
When any unit of government, political subdivision, railroad corporation, or other agency is
to pay a portion of the cost of the Work covered by the Contract, its respective
representatives shall have the right to inspect the Work. Such inspection shall in no sense
make any unit of government, political subdivision, railroad corporation, or other agency a
party to the Contract, and shall in no way interfere with the rights of either party thereunder.
105.09 Removal of Unacceptable or Unauthorized Work. All work that does not
comply with the requirements of the Contract will be considered unacceptable. Unacceptable
work, whether the result of poor workmanship, use of unacceptable materials, damage
through carelessness, negligence, or any other cause, found to exist before the final
acceptance of the Work, or during the warranty period specified in Subsection 109.18
"Warranty and Guarantee", shall be removed and replaced in an acceptable manner at no cost
to the Owner. Work performed contrary to any instructions of the Engineer/City Engineer;
work performed beyond the lines shown on the plans or as established, except as herein
specified; or any extra work performed without authority will be considered as unauthorized
and will not be paid for under the provisions of the Contract. Work so performed may be
ordered removed or replaced at no cost to the Owner.
Should the Contractor fail to comply with any order of the Engineer/City Engineer, the
Engineer/City Engineer will have the authority to cause unauthorized work to be removed
and unacceptable work to be corrected or removed and replaced and to deduct the costs from
any moneys due or to become due the Contractor.
105.10 Authorized Changes. All changes to the Plans performed in the field shall be
reviewed, approved and authorized by the Owner prior to proceeding with the work. Any
ST -25
I
City of Fayetteville
changes to the Plans without authorization may result in removal of such item at the
Contractor's expense and/or nonpayment for the work, at the discretion of the Owner.
Verbal authorized changes to the Plans in the field will not be considered for additional
quantities or compensation, unless they are followed by written documentation within 24
hours. Any authorized changes to the Plans which are approved by the Owner for additional
compensation shall be in written form indicating all items of work involved and the cost for
each item, and will be submitted to the Owner prior to proceeding with the work involved.
105.11 Substitution of Materials and Equipment. If the Contractor desires to use a
material, method or type of equipment other than those specified in the Contract, authority
from the Engineer/City Engineer to do so must be requested. The request shall be in writing
and shall include a full description of the materials, methods and equipment proposed to be
used and an explanation of the reasons for desiring to make the change.
Prior to proposing any substitute material, method or type of equipment, the Contractor shall
satisfy itself that the material, method or type of equipment proposed is, in fact, equal to that
specified, that such material or type of equipment will fit into the space allocated, that such
material or type of equipment affords comparable ease of operations, maintenance and
service, that the appearance, longevity and that by reason of cost savings, reduced
construction time, or similar demonstrable benefit, the substitution material, method or type
of equipment will be in Owner's interest.
The burden of proof of equality of a proposed substitution for a specified material, method or
type of equipment shall be upon the Contractor. Contractor shall support its request in
writing with sufficient test data and other means to permit the Owner to make a fair and
equitable decision on the merits of the proposal. Contractor shall submit drawings, samples,
data and certificates for proposed substitute materials. Any material or type of equipment by
a manufacturer other than those specified or brand name or model number or of generic
species other than those specified will be considered a substitution. The Owner will be the
sole judge of whether or not the substitution is equal in quality, utility and economy to that
specified.
Approval of a substitution shall not relieve the Contractor from responsibility for compliance
with all requirements of the Contract. Contractor shall bear the expense for any changes in
the parts of the Work caused by any substitutions.
Substitutions will not be permitted in those instances where the product is intended to
accommodate artistic design, specific function or economy of maintenance.
No change will be made in basis of payment for the construction items involved nor in
contract time as a result of an authorized change in methods or equipment under these
provisions.
105.12 Construction Layout. The Engineer/City Engineer will establish a limited
number of control points and associated benchmarks for the contractor's use in establishing
lines, grades, profiles, structures, and other associated items of work. In general, the control
I
I
I
[ii
I
I
I
I
I
.1
I
I
I
ST -26 1
I
I
1
I
I
I
I
I
I
Li
Standard Street and Drainage Specifications
points will be located approximately 500 feet apart along the project. All other construction
staking will be the responsibility of the Contractor. The Contractor shall provide a sufficient
workforce skilled in construction layout to establish all lines, slopes, profiles, and structure
locations necessary to construct the project according to the plans.
When section 111, "Roadway Construction Control" is included in the proposal then the
Contractor shall comply with the requirements and provisions of such.
105.13 Maintenance During Construction. The Contractor shall maintain the work
during construction and until the project is accepted. This maintenance shall constitute
continuous and effective work prosecuted day by day, with adequate equipment and forces,
to the end that the roadway or structures are kept in satisfactory condition at all times.
The Contractor shall be responsible for the maintenance of existing drainage ditches and
channels within the right-of-way limits, including construction easements if any, from the
date all work is begun on the project to the date of its final acceptance. This is not a
requirement that the Contractor improve existing drainage ditches and channels, except as
shown on the plans or directed by the Engineer/City Engineer. The Contractor shall maintain
waterways in such condition that damage to the work or to abutting property will not result
from the Contractor's operations. Obstruction of natural flow in waterways by stockpiling or
storing materials, or by placement of equipment or supplies without provision for adequate
bypassing of such natural flow, will not be permitted. Collections of sediment or debris that
prohibits or inhibits normal function of drainage facilities shall be removed promptly.
All costs of maintenance work during construction and before the project is accepted will not
be paid for separately, but full compensation therefore will be considered included in the
contract unit prices bid for the various items in the Contract.
If the Contractor, at any time, fails to comply with the provisions of this subsection, the City
will immediately notify the Contractor of such noncompliance. If the Contractor fails to
remedy unsatisfactory maintenance within 24 hours after receipt of such notice, the City may
immediately proceed to maintain the project and the entire cost of this maintenance will be
deducted from moneys due or to become due the Contractor on the Contract.
All roadway cuts shall be temporarily or permanently repaired in accordance with Section
405, "Asphalt Concrete Patching For Maintenance of Traffic" within 24 hours of the
completion of trench backfill for the work, or segment of work, which required the
excavation and/or cut.
Section 106. Control of Material
106.01 Quality Requirements. The materials used in the work shall meet all quality
q q Y
requirements of the Contract. Quality control, to insure that materials and workmanship,
prior to and after, being incorporated into the work meets the requirements of the Contract, is
the sole responsibility of the Contractor. Testing required for Contractor's quality control,
I ST -27
City of Fayetteville
certificates of compliance, mix designs and manufacturing of materials, and as needed for
Contractor's operations shall be provided by the Contractor and the costs therefore will not
be paid separately but full compensation will be considered included in the contract unit
prices bid for associated items.
All Quality Assurance testing, to insure that the materials and workmanship as a final
product meets the requirements of the Contract, will be accomplished and paid for by the
Owner. The costs for any retesting required in areas failing to meet the specified
requirements shall be paid for by the Contractor.
The materials furnished and used shall be new, except as may be provided elsewhere in these
specifications, on the plans or in the Special Conditions. The materials shall be
manufactured, handled, and used in a workmanlike manner to ensure completed work in
accordance with the plans and specifications.
106.02 Sources of Supply. To expedite the inspection and testing of materials, the
Contractor shall notify the Engineer/City Engineer of proposed sources of materials before
delivery. The Contractor shall furnish without charge such samples as may be required.
Inspection and tests may be performed by the Engineer or Owner's designated testing firm,
but it is understood that such inspections and tests, if made at any point other than the point
of incorporation in the work, in no way shall be considered as a guarantee of acceptance of
such materials nor of continued acceptance of material presumed to be similar to that upon
which inspections and tests have been made.
The Contractor shall assume full responsibility for ordering materials of the quality and
quantity required and for the delivered costs of such materials. Materials needed in the work
shall be furnished by the Contractor unless otherwise stated in the Contract.
106.03 Samples, Tests, and Cited Specifications. All materials will be inspected
and tested by the supplier or Contractor as required by these specifications before
incorporation in the Work. Work in which untested materials are used without the approval
or written permission of the Engineer/City Engineer shall be treated as provided in
Subsection 105.09 "Removal of Unacceptable or Unauthorized Work."
Whenever a reference is made in the specifications to a Federal Specification, or to a
specification or test designation of the American Association of State Highway and
Transportation Officials, the American Society for Testing and Materials, American Water
Works Association, or any other recognized national organization, it shall mean the year of
adoption or latest revision of the specification or test designation in effect on the day the
advertisement for bids is dated. When a specific reference is made to a dated specification or
test designation, the revision in effect on that date shall apply.
When requested, the Contractor shall furnish a complete certified statement of the origin,
composition, and/or manufacture of materials that are to be used in the Work.
106.04 Certification of Compliance. The Engineer/City Engineer may permit use of
certain materials or assemblies prior to sampling and testing if accompanied by a Certificates
ST -28
I
Standard Street and Drainage Specifications
of Compliance stating that such materials or assemblies fully comply with the requirements
of the Contract. The certificate shall be signed by the manufacturer. Each lot of such
materials or assemblies delivered to the Project must be accompanied by a Certificate of
Compliance and clearly identified.
I
I
I
I
I
I
P
Li
I
I
I
I
I
I
Materials or assemblies used on the basis of Certificates of Compliance may be sampled and
tested and if found not in conformity with Contract requirement will be subject to rejection
whether in place or not.
The form and distribution of Certificates of Compliance shall be as approved by the
Engineer/City Engineer.
106.05 Plant Inspection. The Engineer/City Engineer may undertake the observation of
materials at the source. In the event plant observation is undertaken the following conditions
shall be met:
• The Engineer/City Engineer shall have the cooperation and assistance of the
Contractor and of the producers of materials for the Work.
• The Engineer/City Engineer shall have full entry at all times to such parts of the plant
as may concern the manufacture or production of the materials being furnished.
Adequate safety measures shall be provided and maintained.
It is understood that the Engineer/City Engineer reserves the right to retest all materials prior
to incorporation into the Work which have been tested and accepted at the source of supply
after the sample have been delivered and to reject all materials which, when retested, do not
meet the requirements of these specifications or contract documents.
106.06 Storage of Materials. Materials shall be so stored as to assure the preservation of
their quality and fitness for the work and in accordance with requirements of the
Specifications; or if not covered in the Specifications, in accordance with the manufacturer's
recommendations. Stored materials, even though approved before storage, may again be
inspected before their use in the work. Stored materials shall be located so as to facilitate
their prompt inspection. Portions of the right-of-way not required for public travel may be
used for storage purposes and for the placing of the Contractor's plant and equipment, if
approved by the Engineer, but any additional space required therefore must be provided by
the Contractor, and at no cost to the Owner. Private property shall not be used for storage
purposes without written permission of the owner or lessee, and if requested by the Engineer,
copies of such written permission shall be furnished. All storage sites shall be restored to
their original condition by Contractor at his expense. Construction materials may not be
stored in the roadway for more than five (5) days after unloading.
106.07 Handling Materials. All materials shall be handled in such manner as to preserve
their quality and fitness for the work. Aggregates shall be transported from the storage site to
the Work in tightly covered vehicles so constructed as to prevent loss or segregation of
materials after loading and measuring so that there may be no inconsistencies in the
ST -29
1
City of Fayetteville
quantities of materials intended for incorporation in the Work as loaded and the quantities as
actually received at the place of operations.
106.08 Unacceptable Material. All materials not conforming to the requirements of the
specifications at the time they are used shall be considered as unacceptable and all such
materials will be rejected and shall be removed immediately from the site of the work unless
otherwise instructed by the Engineer/City Engineer. No rejected material, the defects of
which have been corrected, shall be used until approval has been given.
106.09 Owner -Furnished Material. The Contractor shall furnish all materials required
to complete the Work, except those specified to be furnished by the Owner. Material
furnished by the Owner will be delivered or made available to the Contractor at the points
specified in the Special Provisions.
The cost of handling and placing all materials after they are delivered to the Contractor will
not be paid for separately, but full compensation therefore will be considered included in the
contract unit price(s) bid for the item(s) with which they are used.
The Contractor will be held responsible for all material delivered by the Owner through this
arrangement. Deductions will be made from any moneys due the Contractor to make good
any shortages and deficiencies, from any cause whatsoever; for any damage that may occur
after such delivery; and for any demurrage charges.
106.10 Salvaged Materials. All salvaged materials in reusable condition, including
pavement millings, water and drainage pipe, valves, fittings and other items, remain the
property of the City of Fayetteville. Contractor shall deliver items to location directed by
Engineer/City Engineer or designated in specifications. Items not considered of value shall
be disposed of by the Contractor at his expense.
106.11 Automatically Controlled Equipment. Whenever a breakdown or malfunction
of the automatic controls occurs on scales, scale printers, batch plants, or mixing plants, the
equipment may be operated manually or by other methods for a period not to exceed two
working days, provided that such alternate methods of operation produce results otherwise
meeting the Specifications.
Section 107. Quality Control Requirements
107.01 Description. This section shall set forth the requirements for Quality Control,
including material testing and submittal requirements.
107.02 Submittal Requirements.
Submittals shall comply with subsection 105.02, "Plans and Submittals" and the following:
ST -30
I
Standard Street and Drainage Specifications
All submittals required by the contract shall be submitted and approved before associated
• work is begun. Sufficient copies shall be submitted for the Engineer to retain two copies, the
City to receive two copies and the Contractor to receive a minimum of one approved copy.
to following submittals are required:
Project Schedule
Concrete Mix Design(s)
Asphalt Mix Design(s)
Concrete Pipe Certifications
'
5) Precast Box Culvert/Drainage Structure Shop Drawings
6) Listings of Project Personnel and Contact Phone Numbers
7) Traffic Control Plan
I
8) Striping Material
9) Reinforcing Steel Fabrication Drawings
'
10) Signal Equipment
11) Other Submittals as requested by the Engineer/City Engineer
The Engineer/City Engineer will review all submittals promptly and notify the contractor of
their approval or denial. The contractor shall have approved submittals before beginning any
•
associated work. Any work accomplished before approved submittals are received is subject
to rejection and removal from the job at the contractor's expense.
107.03 Material Submittals. As a minimum, the following material submittals will be
required:
1) Samples of on -site soils, if these soils are to be used as fill in the roadway. The
Engineer/City Engineer will determine the number of samples to be taken.
2) Samples of soils to be used as borrow material.
3) Samples of material to be used as aggregate base under the roadway. One sample
will be required initially. Additional samples will be taken during placement of
aggregate base if deemed necessary by the Engineer/City Engineer.
4) Samples of material to be used as topsoil. Alternatively, the Engineer/City Engineer
will inspect the site from which the topsoil is to be taken to determine its
acceptability. All material samples shall be taken in the presence of a representative
IST -31
City of Fayetteville
from the Quality Assurance (QA)/Quality Control (QC) Laboratory. Other submittals
may be required as determined by the Engineer/City Engineer.
107.04 Testing, Observation and Inspection Requirements
(a) Field Observations and Inspections. The Construction Observer will be on -site during
all work which is to be paid for under the contract. The contractor shall provide one person
as its on -site representative to receive instructions from the Engineer/City Engineer. This
person shall be qualified and experienced in job superintendence.
The Contractor's representative shall be on -site during all work that is to be paid for under
the contract. If the Contractor's representative is not on -site, the Engineer/City Engineer
may order all work be stopped until such time as the contractor's superintendent returns to
the job site.
The Contractor shall provide at least 24 hours of advance notice for any concrete placement.
Unless otherwise specified, the City will provide, at its expense, an independent quality
assurance/quality control (QA/QC) laboratory to accomplish quality assurance testing. All
testing will be scheduled with the QA/QC lab and the Contractor by the City or Engineer.
The Contractor shall provide or make available samples of all material as required by these
specifications as well as any other materials deemed necessary by the Engineer/City
Engineer.
(b) Testing Requirements. The Contractor shall inform the Construction Observer at least
24 hours in advance of any required testing. The following is the minimum sampling and
testing frequency required:
1) Cross Drain Backfill: minimum of one density test per layer of material placed per
pipe or box culvert location.
2) Storm drain/utility pipe backfill: minimum of one density test per 500 lineal feet of
pipe or portion thereof when the pipe is located in the street or under the curb and
gutter.
3) Embankment: minimum of one density test per layer per 500 lineal feet of roadway
or portion thereof.
4) Subgrade: minimum of one density test per 500 feet of roadway with a minimum of
three density tests per project, and one sieve analysis and plasticity index test per
project per material type for subgrade soil classification.
5) Imported Embankment and Subgrade Materials.
(1) One moisture/density relationship test (AASHTO T-99 with Note 7, or
AASHTO T-180 with Note 8) shall be taken at the beginning of the project,
and one additional moisture/density relationship test shall be taken for every
5000 cubic yards of imported material. ASTM testing methods for
ST -32
Standard Street and Drainage Specifications
moisture/density relationships may not be used for embankment and subgrade
I
materials.
(2) For every 20 density tests performed in accordance with the testing frequency
I
for subgrade and embankments, a one -point moisture/density test shall be
taken per AASHTO T 272.
6) Aggregate base course: minimum of one density test and one depth measurement
(depth sounding) per 500 lineal feet of roadway, with a minimum of three density
tests and three depth measurements per project; minimum of one gradation test per
project.
7) Asphalt Concrete Hot Mix. Testing shall be as specified in Section 403. Core holes
shall be filled with non -shrink grout mix by the Contractor. All holes shall be
protected from traffic until the grout has cured.
8) Concrete for Drainage Structures and Sewer Manholes. A minimum of one set of
three concrete cylinders per day's concrete placement will be required for drop inlets,
junction boxes, and manholes. Other placements will be sampled at the rate of 1 set
of cylinders per 30 cubic yards of concrete placed. Slump and air entrainment tests
will be conducted at the time of cylinder preparation. One cylinder will be broken at
seven days and the other two will be broken at 28 days.
9) Concrete for Curb and Gutter. A minimum of one set of three concrete cylinders
per 500 lineal feet of curb and gutter or portion thereof. One cylinder will be broken
at seven days and the other two will be broken at 28 days.
I
I
t
1
I
I
I
I
10) Concrete Pavement. A minimum of one set of three concrete cylinders per 500
lineal feet of pavement or portion thereof, with a minimum of one set per project.
The set shall be broken in seven and 28 days as described above. Also, one core and
depth measurement per 500 lineal feet of complete pavement with a minimum of one
per project. Core holes shall be filled with non shrink grout mix. All holes shall be
protected from traffic until the grout has cured.
(c) Provisions for Acceptance of Nonspecification Materials. This section provides for
corrective actions to be taken when test results indicate nonspecification materials or
workmanship have been incorporated into the project. Any penalties, which are assessed,
will be deducted from the contract price.
1) Density for Embankment, Subgrade, Pipe Backfill, and Crushed Stone Base Course:
Recompact until the minimum density is obtained.
2) Depth of Crushed Stone Base Course: The depth of the crushed stone base shall be
within plus or minus one-half inch (± %2") of the required depth. If the deficient depth
is greater than one-half inch ('/2"), additional material shall be added to reach the
required depth. This material shall be incorporated into the existing material by the
use of rippers or other equipment extending a minimum of 3 inches into the existing
material.
ST -33
City of Fayetteville
3) Depth and Density of ACHM Binder and Surface: Depth and density
requirements shall be as specified in Section 403 "Asphalt Concrete Hot Mix" of
these specifications.
4) Surface Tolerance of ACHM Surface: Surface tolerance of ACHM Surface shall
be as specified in Section 403 "Asphalt Concrete Hot Mix" of these specifications.
5) Concrete Strength: The average 28 -day compressive strength of the two cylinders
of a set shall be at least the required strength of the concrete specified. If the average
strength is lower, the following penalties will be assessed:
% of Minimum Strength
% Reduction in Contract Price
92-100
10
85-92
25
Below 85%
Remove and Replace
6) Concrete Pavement Depth: The concrete pavement depths shall be within plus or
minus three -eighths inch (± 3/8") of the required depth plus any additional depth
required as a result of a deficient subbase depth. The average of all depth
measurements shall not be less than the required depth, and any depth in excess of
plus three -eighths inch (± 3/8") will not be used in computing the average depth. If
the average depth is less than the required depth, the following penalties shall be
assessed:
Deficient Depth
% Reduction in Contract Price
Req. depth to 1/8 inch
1
1/8 inch to 1/4 inch
3
1/4 inch to 3/8 inch
7
3/8 inch to 1/2 inch
15
1/2 inch to 5/8 inch
25
5/8 inch to 3/4 inch
40
More than 3/4 inch
Remove and Replace
7) Concrete Pavement Surface: The finished pavement surface shall have a maximum
deviation of '/4" when tested with a 10' straight edge parallel to the flow of traffic.
Pavement cross slope shall vary by no more than 1/8" in 10' when tested with a
straightedge.
Grinding shall be performed, if necessary, to remove any deviations in excess of '/4". The
grinding equipment shall be power driven and specifically designed to smooth and texture
portland cement concrete by means of diamond blades. Areas that have been ground shall be
re -grooved by grooving in accordance with subsection 601.16 for Class 7 surface finish, to
provide a uniform texture equal in roughness to the surrounding pavement.
ST -34
Standard Street and Drainage Specifications
In addition to these requirements, if any individual test falls below the minimum
requirements, the area represented by this test shall be assessed the appropriate penalty under
the applicable section above.
107.05 Testing and Material Specification. These Specifications reference AASHTO
Standards for testing and material. Unless specifically stated otherwise, the corresponding
ASTM Standard will be allowed in lieu of the AASHTO Standard.
I
Section 108. Legal Relations and Responsibility to the Public
108.01 General. The Contractor shall keep fully informed of all Federal and State laws, all
local laws, ordinances, and regulations, and all orders and decrees of bodies or tribunals
having any jurisdiction or authority which in any manner affect those engaged or employed
on the work, or which in any way affect the conduct of the work. Further, the Contractor
shall at all times observe and comply with all such laws, ordinances, regulations, quarantines,
I
orders, and decrees; and shall protect and indemnify the City and its representatives against
any claim or liability arising from or based on the violation of any such law, ordinance,
regulation, order, or decree, whether by the Contractor or the Contractor's employees.
All work pertaining to Electrical, Plumbing, and/or Building Crafts shall be performed in
strict accordance with governing Federal, State, City, and Local Codes and Ordinances, with
particular attention to the current editions of the Arkansas State Plumbing Code and the
National Electrical Code as adopted by the National Fire Protection Association.
The Contractor shall comply with applicable Federal, State, and local laws governing safety,
health, and sanitation. The Contractor shall provide safeguards, safety devices, and
protective equipment and take any other action necessary to protect the life and health of
employees on the project and the safety of the public and to protect property in connection
with the performance of the work covered by the Contract.
Unless specified elsewhere in these specifications, the work involved or the delay or cost
incident to compliance with these regulations will not be paid for separately, but full
compensation therefore will be considered included in the contract unit prices bid for the
various items of the Contract.
108.02 Hazardous Substance. If the release of a suspect hazardous substance has
' occurred, the Contractor shall notify the Engineer/City Engineer. This will not relieve the
Contractor or responsible parties of the obligation to notify other appropriate agencies and
will not relieve responsible parties of any liability.
Commonly used materials which could be potentially hazardous substances if they are spilled
or enter waterbodies are: asphalt materials, concrete, cement, paint, solvents, petroleum
products, fertilizers, concrete curing compound, lime, linseed oil, asphalt additives, and
concrete additives. This list is not all inclusive.
I ST -35
I
City of Fayetteville
Notification should be made if, at any time, there is an indication of a spill. Indicators could
be:
• Leaking or empty containers, surface staining, chemical odors, vegetation damage,
etc.
• Oil, grease or petrochemical substances, which produce residue, coat the banks and/or
bottoms of a waterbody, or produce a visible, colored film on the surface.
• Distinctly visible solids, scum, or foam of a persistent nature, or slime, bottom
deposits, or sludge banks in a waterbody.
108.03 Permits, Licenses, and Taxes. Unless specified otherwise in these
Specifications, the Contractor shall procure all permits and licenses, pay all charges, fees and
taxes, and give all notices necessary and incidental to the due and lawful prosecution of the
work. These costs will not be paid for directly, but will be considered included in the
contract unit prices bid for the various items of the Contract.
The Owner will obtain any railroad and Arkansas Highway and Transportation Department
permits when required.
The Contractor shall obtain and pay for all permits, design fees and related costs resulting
from a request by the Contractor to substitute materials or designs for those shown on the
drawings or specified in these specifications.
108.04 Patented Devices, Materials, and Process. Contractors employing any
design, device, material, or process covered by letters of patent or copyright shall provide for
such use by suitable legal agreement with the patentee or owner. Contractors and their
Sureties shall indemnify and save harmless the Owner, any affected third party, or political
subdivision from any and all claims for infringement by reason of the use of any such
patented design, device, material, or process, or any trademark or copyright, and shall
indemnify the City of Fayetteville for any costs, legal expenses, and damages that it may
incur by reason of any infringement, at any time during the prosecution of or after the
completion of the work.
108.05 Restoration of Surfaces Opened by Permit. The right to construct or
reconstruct any utility service in the highway or street, or to grant permits for such work, at
any time, is hereby expressly reserved by the City of Fayetteville or the proper authorities of
the political entity in whose jurisdiction the work is done and the Contractor shall not be
entitled to any damages either for the digging up of the street or for any delay occasioned
thereby.
Any individual, firm, or corporation wishing to make an opening in the roadway must secure
a permit from the proper authority. The Contractor shall allow parties bearing such permits,
and only those parties, to make openings in the roadway. When ordered by the Owner, the
Contractor shall make in an acceptable manner all necessary surface repairs due to such
ST -36
I
I
I
I
I
1
I
LI
1
I
I
I
I
I
I
I
Standard Street and Drainage Specifications
openings and such necessary work will be paid for as extra work, or as provided in these
specifications, and will be subject to the same conditions as original work performed.
108.06 Sanitary Provisions. The Contractor shall provide and maintain in a neat,
sanitary condition such accommodations for the use of the employees as may be necessary to
comply with the requirements of the State and local Boards of Health, or of other bodies or
tribunals having jurisdiction. Drinking water shall be provided from an approved source, so
piped or transported as to keep it safe and fresh and served from single service containers or
satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall
be furnished in strict accordance with existing and governing health regulations.
108.07 Public Safety and Convenience. The Contractor's work shall at all times be
conducted so as to assure the least possible obstruction to traffic. The safety and
convenience of the general public and the residents along the street and the protection of
persons and property shall be provided for by the Contractor as specified by these
Specifications and as directed by the Owner..
All roadway cuts shall be temporarily or permanently repaired in accordance with Section
405, "Asphalt Concrete Patching For Maintenance of Traffic" within 24 hours of the
completion of trench backfill for the work, or segment of work, which required the
excavation and/or cut.
The Contractor shall be responsible for providing a fence to control livestock and pets in
areas where existing fencing is altered under the Contract. The City may elect to include
temporary fencing as a pay item under subsection 512, "Fences" of these Specifications. If
temporary fencing is not included as a pay item within the proposal, then temporary fencing
that is suitable for the required use shall be supplied, shall be a subsidiary item, and no
separate payment shall be made for this temporary fencing. Additionally, if temporary
fencing is not included as a pay item within the proposal then permanent fence if included
within the plans and/or the proposal may be constructed initially, or in lieu of temporary
fencing.
The Contractor shall not create a public nuisance while performing the various operations of
the work. Excessive noise between the hours of 10 P.M. and 6 A.M., dust from haul roads,
County roads, or State roads, and mud tracked onto City, County or State roads or streets by
equipment may be considered by the City to be a public nuisance.
The Contractor will be responsible for maintaining U.S. mailboxes within the project limits
in such a manner that the public may receive continuous mail service according to U.S.
Postal Service regulations. Unless otherwise provided, upon completion of the project,
mailboxes will be replaced as near as practicable to their original location.
108.08 Railway Provisions. All work on railroad property shall be accomplished in strict
compliance with the plans, these specifications, and such Special Provisions as are
appropriate to the Contract. if the work near the railway requires a permit, the Contractor
shall be responsible for acquiring this permit and adhering to the permit requirements.
I
ST -37
City of Fayetteville
All work to be performed by the Contractor in construction on the railroad right-of-way shall
be performed at such times and in such manner as not to unnecessarily interfere with the
movement of trains or traffic upon the track of the Railway Company. The Contractor shall
use all care and precaution to avoid accidents, damage, or unnecessary delay or interference
with the Railway Company's trains or other property.
Plans for all sheeting or cofferdams for foundation work adjacent to operated track, and plans
of falsework, staging, protective sheeting, or other temporary construction near the operated
track shall be approved by the Railway Company. The Contractor shall construct the work
according to the approved plans.
108.09 Work Within Regulated Floodways. All work within regulated floodways shall
be accomplished within the requirements of all permits issued by the Federal Emergency
Management Agency (FEMA), Corps of Engineers (COE), The State of Arkansas, the City,
or other applicable agencies, and with Section 110 of the AHTD Standards "Protection of
Water Quality and Wetlands."
(a) Responsibility for FEMA Permit. Within regulatory floodways all permanent and
temporary fills/structures must be in accordance with FEMA and local governmental
requirements. The Owner obtains all required permits and/or variances for essential work in
the regulated floodway before the Contract is awarded. The Owner will apply for Contractor
requested variances which it determines are necessary. The Contractor should be aware that
requested temporary fills/structures may not be approved or may require mitigation.
(b) Corps of Engineers Section 404 Permit Requirements. Placement of temporary
fills/structures within a regulatory floodway may also require alteration of the existing COE
404 Permit.
(c) Compensation and Extension of Contract Time. The Contractor will not be granted
additional compensation or contract time due to requested floodway variances that are
considered by the Engineer/City Engineer to be for the convenience of the Contractor. If,
however, due to no fault of the Contractor, a floodway variance is deemed by the
Engineer/City Engineer to be necessary, additional contract time and/or compensation may
be considered according to the provisions of Subsection 109.10 "Claims for Adjustment and
Disputes."
All permits issued to the Contractor by the U.S. Army Corps of Engineers, or other
applicable agencies, for the convenience of the Contractor in accomplishing the Work, shall
be complied with in full and the Project will not be accepted until the permittor has accepted
the work covered by permit. The Contractor will be responsible for obtaining a release from
the permittor before acceptance.
108.10 Use of Explosives. When the use of explosives is necessary for the prosecution
of the work, the Contractor shall exercise the utmost care not to endanger life or property,
including new work. The Contractor shall comply with all laws and ordinances regarding the
use of explosives; further, the Contractor shall be responsible for all damage resulting from
the use of explosives.
ST -38
I
Standard Street and Drainage Specifications
IT
I
I
I
I
I
I
I
I
I
I
I
I
u
I
All explosives shall be stored in a secure manner in compliance with all laws and ordinances,
and all such storage places shall be clearly marked. Where no local laws or ordinances
apply, storage shall be provided satisfactory to the City and in accordance with the
Occupational Safety and Health Act of 1970, and the Safety and Health Regulations for
Construction promulgated thereunder, but not closer than 1,000' from the road or from any
building or camping area or place of human occupancy.
The Contractor shall notify the Fire Marshal of any explosive storage sites.
The Contractor shall notify each public utility company having structures in proximity to the
site of the work of any intention to use explosives. Such notice shall be given sufficiently in
advance to enable the companies to take such steps as they may deem necessary to protect
their property from injury.
108.11 Protection and Restoration of Property and Landscape. The Contractor
shall be responsible for the preservation of all public and private property and shall protect
carefully from disturbance or damage all land monuments and property marks until the
Engineer/City Engineer has witnessed or otherwise referenced their location, and shall not
move them until directed.
The Contractor shall be responsible for all damage or injury to property of any character:
1) during the prosecution of the work, resulting from any act, omission, neglect, or
misconduct in the manner or method of executing the work, or
2) at any time, due to defective work or materials, and said responsibility will not be
released until the project has been completed and accepted.
Property shall include but not be limited to street and roadway signs, right-of-way
monuments, roadway lighting, traffic signal equipment, and any conduits and wiring. Should
it become evident that any item, such as listed above, is in conflict with the proposed work,
the Contractor will notify the Engineer/City Engineer so that proper steps can be taken to
adjust, remove, or otherwise eliminate the conflict.
Trees located outside of the easements or as indicated on the plans shall be retained and
protected. Any roots 2" or larger in diameter are to be clean cut with a hand saw where they
conflict with excavation work.
When or where any direct or indirect damage or injury is done to public or private property
by or as a result of any act, omission, neglect, or misconduct in the execution of the work, or
in consequence of the non -execution thereof, the Contractor shall restore, or bear the expense
of restoring, such property to a condition similar or equal to that existing before such damage
or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or
shall make good such damage or injury in an acceptable manner. Failure to do so within a
period of time deemed reasonable by the Owner shall constitute noncompliance, and the City
may cause the entire cost of the restoration to be deducted from moneys due or to become
due the Contractor on the Contract.
ST -39
City of Fayetteville
108.12 Load Restrictions. The Contractor shall comply with all legal load restrictions in
the hauling of materials on public roads being maintained for the traveling public. A special
permit will not relieve the Contractor of liability for damage that may result from
construction equipment operations. The operation of equipment of such weight or so loaded
as to cause damage to structures or the roadway or to any other type of construction will not
be permitted.
When hauling materials over the base or surface courses under construction, the Contractor
shall limit the hauling as necessary to prevent damage. No loads will be permitted on bases,
pavements, or structures before the expiration of the specified curing period controlling such
operations. The Contractor shall be responsible for repair of all damage resulting from
construction operations. No separate payment will be made for such repairs.
108.13 Opening Section of Roadway to Traffic. Whenever any roadway, or portion
thereof, is in an acceptable condition for travel, it shall be opened to traffic, as may be
directed, and such opening shall not be held to be in any way an acceptance of the roadway,
or any part of it, or as a waiver of any of the provisions of these specifications and the
Contract. Necessary repairs or renewals made on any section of the roadway opened to travel
under instructions from the Engineer/City Engineer, due to defective material or work, or to
natural causes, other than normal wear and tear, pending completion and acceptance of the
roadway, shall be performed at no cost to the Owner.
If the Contractor is dilatory in completing shoulders, drainage structures, or other features of
the work, the Engineer may give notification in writing and establish therein a reasonable
period of time in which the work should be completed. If the Contractor is dilatory or fails to
make a reasonable effort toward completion in this period of time, the Engineer/City
Engineer may take action as provided in subsection 105.01 "Authority of the Engineer." On
such sections that are so ordered to be opened, the Contractor shall conduct the remaining
construction operations so as to cause the least obstruction to traffic and shall not receive any
added compensation due to the added cost of the work by reason of opening such section to
traffic.
108.14 Contractor's Responsibility for Work. Until final acceptance of the project by
the City, the Contractor shall have the charge and care thereof and shall take every precaution
against injury, theft, or damage to any part thereof by the action of the elements or from any
other cause, whether arising from the execution or from the non -execution of the work. The
Contractor shall rebuild, repair, restore, and make good all injuries, thefts, or damages to any
portion of the work occasioned by any of the above causes before final acceptance, and shall
bear the expense thereof except damage to the work due to unforeseeable causes beyond the
control of and without the fault or negligence of the Contractor, including but not restricted
to acts of God, of the public enemy, or of governmental authorities.
In case of suspension of work from any cause whatever, the Contractor shall be responsible
for the project and shall take such precautions as may be necessary to prevent damage to the
project, provide for normal drainage and maintenance of the traveled way, and shall erect any
necessary temporary structures, signs, or other facilities. During such period of suspension
of work, the Contractor shall properly and continuously maintain in an acceptable growing
ST -40
1
Standard Street and Drainage Specifications
condition all living material in newly established plantings, seedings, and soddings furnished
I
under the Contract, and shall take adequate precautions to protect new tree growth and other
important vegetative growth against injury.
I
The protection of the work shall be accomplished at no cost to the City. In case of errors or negligence on the part of the Contractor, any expenses incurred by the
City for engineering, observation, inspection, testing, design, or evaluation relative to
correction of the work will be assessed against the Contractor.
108.15 Contractor's Responsibility for Utility Facilities and Services. At points
where the Contractor's operations are adjacent to railroad or utility facilities, damage to
which may result in loss or inconvenience, work shall not begin until all arrangements
necessary for the protection thereof have been made.
IThe Contractor shall cooperate with the owners of any utility facilities in their removal and
rearrangement operations so that these operations may progress in a reasonable manner, that
duplication of rearrangement work may be reduced to a minimum, and that services rendered
by those parties will not be unnecessarily interrupted.
I
In the event of interruption of utility services, as a result of accidental breakage or as a result
of being exposed or unsupported, the Contractor shall promptly notify the proper authority
and shall cooperate with the said authority in the restoration of service. If utility service is
I
interrupted, repair work shall be continuous until the service is restored. No work shall be
undertaken around fire hydrants until provisions for continued service have been approved by
the Owner..
I
LI
I
I
1
I
I
I
108.16 Furnishing Right -of -Way. The City will be responsible for the securing of all
necessary rights of way in advance of construction within the limits indicated on the plans.
Acquisition of right-of-way by the City does not include areas required by the Contractor for
material sources (borrow, gravel, topsoil, sod, etc.), plant sites, equipment storage, stockpiles,
disposal of waste or excess material, or any other areas required for the proper prosecution of
the work. The Contractor is responsible for obtaining, at no cost to the City, areas outside the
right-of-way required for such purposes and shall, at the City's request, furnish copies of
agreements with the property owners. The Contractor may, with the approval of the City, use
areas within the right-of-way that are outside the construction limits for these purposes.
Erosion control, prevention of water pollution, and restoration of all such areas, both inside
and outside the right-of-way, shall be performed by the Contractor according to the
specifications and at no cost to the City.
108.17 Personal Liability of Public Officials. In carrying out any of the provisions of
these specifications, or in exercising any power or authority granted to them by or within the
scope of the Contract, there shall be no liability upon the City or its authorized
representatives, either personally or as officials of the City, it being understood that in all
such matters they act solely as agents or representatives of the City of Fayetteville.
ST -41
City of Fayetteville
108.18 No Waiver of Legal Rights. Final acceptance according to Subsection 109.15(b)
"Final Acceptance" shall not preclude the City from correcting any measurement, estimate,
or certificate made before or after completion of the work, nor shall the City be precluded
from recovering from the Contractor or the Surety, or both, such overpayment as it may
sustain, or by failure on the part of the Contractor to fulfill obligations under the Contract. A
waiver on the part of the City of any breach of any part of the Contract shall not be held to be
a waiver of any other or subsequent breach.
The Contractor, without prejudice to the terms of the Contract, shall be liable to the City for
any or all of the following: fraud or such gross mistakes as may amount to fraud, the City's
rights under any warranty or guaranty, or any latent defects in the work.
Section 109. Prosecution and Progress
109.01 Subletting of Contract. The Contractor will be permitted to sublet a portion of
the Contract, except that work amounting to not less than 40% of the total Contract amount
must be performed by the Contractor's organization. If the Bidder intends to sublet any
portion of the Work, the Bidder shall furnish a list of subcontractors as a material part of his
sealed proposal on the form provided, listing the description of work to be performed by each
subcontractor. The experience, past performance, and ability of each proposed Subcontractor
will be considered in the evaluation of bids. Upon request, the bidder shall furnish experience
statements, with reference to any requested Subcontractor, prior to Notice of Award. If there
being no objection in writing by the Owner to the listed subcontractors prior to the award of
the Contract, the subcontractors will be deemed acceptable to the Owner. If bidder does not
intend to sublet any part of the work, he shall insert the word "NONE" on the form provided.
The Contractor shall not sublet, sell, transfer, assign, or otherwise dispose of the contract or
any portion thereof, of his right, title, or interest therein, without prior written consent of the
Owner and of the surety. The Contractor shall not remove and/or substitute the listed
subcontractors without prior written consent of the Owner.
Consent to sublet, assign, or otherwise dispose of any portion of the contract shall not be
construed to relieve the Contractor of his liability under the contract and bonds.
The Contractor shall perform with his own organization, unless otherwise authorized by the
Special Conditions, work amounting to not less than 40% of the total Contract amount. No
subcontractor shall further subcontract any portion of the work without the written consent of
the Contractor and acknowledgement of the Owner.
The Owner will not recognize any subcontractor on the Work as a party to the contract.
Nothing contained in any subcontract shall create any contractual relation between the
subcontractor and the Owner. The Contractor will be held responsible for the progress of the
subletted work in accordance with the contract progress required.
109.02 Prosecution and Progress. Contractor shall be responsible for planning,
scheduling and reporting the progress of the work to ensure timely completion of the
ST -42
I
Standard Street and Drainage Specifications I Contract. For Contracts under $2 million, or where specified in the Special Conditions, the
' following schedule requirements shall apply: Prior to or at the Preconstruction Conference,
the Contractor shall submit two copies of his proposed schedule of operations for acceptance
by the Engineer/City Engineer. The proposed Schedule shall be a bar chart or schematic
• (arrow) diagram showing the work stages and operations for all major activities required by
• the Contract, including the starting and completion of date of each part, and shall include
dates of any proposed road closure, and any significant or required milestone events. Unless
I
approved by the Engineer/City Engineer, activities shown on the Schedule shall not exceed
15 working days in length. The Schedule shall be of sufficient detail to allow day-to-day
monitoring of Contractor's progress.
For Contracts over $2 million, the following Critical Path Schedule requirements shall apply:
Prior to or at the Preconstruction Conference, the Contractor shall submit a preliminary
I
network analysis system defining the Contractor's planned operations during the first sixty
calendar days after the date of the Notice to Proceed. The Contractor's general approach to
the remainder of the Project shall be indicated. Within 30 calendar days of the Notice To
I
Proceed, the Contractor shall submit a complete network analysis system, consisting of logic
diagrams, computer mathematical analysis, calendar, and narration, to cover the Contractor's
anticipated time schedule for the complete Project. As a minimum, the network analysis
I
system shall include the following features: 1) Shall be time -scaled in calendar days with activities plotted on their early start and
finish dates. Unless approved by the Engineer/City Engineer, activities shown on the
I
Schedule shall not exceed 30 working days in length.
2) Network diagram shall show the order and interdependence of activities and the
proposed sequence in which the work is to be accomplished as planned by the
Contractor in coordination with all subcontractors. The sequence and logic shall be
clear. The critical path activities shall be prominently distinguished.
1
3) Network diagram shall show for each activity the preceding and following activity,
activity description, the total float, and the duration of the activity.
1
4) Activities shown shall include, in addition to construction activities, such tasks as
submittal review and delivery times for long -lead time items, franchise utility work,
subcontractor work, and owner -furnished equipment delivery.
The Contractor shall submit monthly updated Schedules with their pay estimate requests. The
Contractor shall indicate on such updated Schedule actual construction progress, extra work
'
added to Contract, and any proposed changes to the operation sequence. If the progress of the
Work is significantly behind schedule, the updated Schedule shall also reflect any revised
operation sequence, changes in equipment, labor forces, or working shifts, or other pertinent
I
factors by which insufficient progress will be made up to allow the Contract completion
within the time set forth in the Contract, including time extensions granted to date.
IAll
submitted schedules and updated schedules shall be reviewed and accepted by the
Engineer/City Engineer, if after review, the Engineer/City Engineer determines that the
ST -43
City of Fayetteville
schedule is not acceptable per the requirements listed above, the Contractor shall make
adjustments and resubmit the schedule within 30 calendar days. Failure of the Contractor to
submit an acceptable Schedule or monthly updated Schedule as required will be grounds for
Owner to withhold an additional ten percent on the monthly progress payments, in addition
to the normal retention, until Contractor is in compliance. Additional money withheld will be
paid, upon compliance, in the next scheduled monthly estimate.
Acceptance of Contractor's schedules by Engineer/City Engineer shall not be construed as
relieving Contractor of the obligation to complete the Work within the Contract Time; or as
granting, rejecting, or in any other way acting on Contractor's requests for adjustments to the
date for completing Contract Work, or claims for additional compensation. Such requests
shall be processed in strict compliance with other relevant provisions of the Contract.
No measurement or direct payment will be made for Contractor costs relating to preparation
and submission of schedules, updates and revisions thereto, the cost being considered as
included in the prices paid for Contract items.
Contractor shall carry on the work and maintain the progress schedule during all disputes or
claims with Engineer/City Engineer. No work shall be delayed or postponed pending
resolution of any disputes or claims, except as Contractor and the Owner may otherwise
agree in writing.
Float time is not for the exclusive use or benefit of either the Owner or Contractor. Extension
of time for performance may be granted, as allowed in subsection 109.08, for delays caused
solely by action or inaction by the Owner to the extent that equitable time adjustment for the
activity affected exceeds the total float of the project, or where an impact on the contract
completion date can be shown.
109.03 Limitations of Operations. The Contractor shall conduct the work at all times in
such a manner and in such sequence as will assure the least interference with traffic and
utility services. Due regard shall be given to the location of detours, bypasses, and to the
provisions for handling traffic and utility services. No work shall be opened up to the
prejudice or detriment of work already started. The Engineer/City Engineer may require the
Contractor to finish a section on which work is in progress before work is started on any
additional sections if the opening of such section is essential to public convenience. For
roadway overlay projects and drainage projects, each individual street or section of drainage
must be completed, including all site restoration, within 45 days of the start of work
operations within that street or section, unless otherwise authorized by the Engineer/City
Engineer.
Except in connection with the safety or protection of persons or the work or property at the
site, and except as otherwise indicated in the Contract Documents, all work that requires
inspection shall be performed during City of Fayetteville regular working hours, and
Contractor will not permit overtime work or the performance of work on Saturday, Sunday,
or any legal holiday as designated in Subsection 101(c) "Definitions" without Engineer/City
Engineer's written consent. Contractor to submit a written request to the Engineer/City
Engineer for non -regular working hours 48 hours in advance of the start of such work.
ST -44
I
Standard Street and Drainage Specifications
109.04 Character of Workers, Methods, and Equipment. The Contractor shall at all
' times provide sufficient materials, equipment, and labor to guarantee the completion of the
Project according to the Plans and Specifications within the contract time. The Contractor
shall advance the Work so that the available time is appropriately utilized in order to
complete the Work within the contract time.
All workers shall have sufficient skill and experience to perform properly the work assigned
to them. Workers engaged in special work or skilled work shall have sufficient experience in
such work and in the operation of the equipment required to perform all work properly and
satisfactorily.
Any person employed by the Contractor or by any subcontractor who, in the opinion of the
Engineer, does not perform work in a proper and skillful manner, or is intemperate,
belligerent or disorderly shall, at the written request of the Engineer, be removed forthwith
' by the Contractor or subcontractor employing such person, and shall not be employed again
in any portion of the work without the approval of the Engineer.
I
Should the Contractor fail to remove such person or persons as required above, or fail to
furnish suitable and sufficient personnel for the proper prosecution of the Work, the Owner
may suspend the work by written notice and withhold moneys due until such orders are
' complied with.
All equipment that is proposed to be used on the Work shall be of sufficient size and in such
I
mechanical condition as to meet requirements of the work and to produce a satisfactory
quality of work. Equipment used on any portion of the project shall be such that no injury to
the roadway, adjacent property, or other facilities will result from its use.
IWhen the methods and equipment to be used by the Contractor in accomplishing the
construction are not prescribed in the Contract, the Contractor is free to use any methods or
I
equipment that are demonstrated to the satisfaction of the Engineer as being capable of
accomplishing the Contract work in conformity with the requirements of the Contract.
• ' When the Contract specifies that the construction be performed by using certain methods
and/or equipment, such methods and/or equipment shall be used unless others are authorized
by the Engineer in accordance with Subsection 105.11 "Substitution of Materials and
• Equipment."
109.05 Determination of Contract Time.
(a) General. The time allowed for the completion of the Work included in the Contract will
be stated in the Proposal and Contract, and will be known as the "Contract Time". The
contract time will be specified as a fixed completion date or as calendar days.
The Contractor shall take into consideration all normal conditions considered unfavorable to
the normal progress of the Work and place a sufficient work force and equipment on the
I
project to ensure completion of the Work within the contract time.
IST -45
City of Fayetteville
The Engineer/City Engineer will determine the date upon which the Contract is substantially
complete and time assessment will cease. In the event cleanup is necessary or items found at
the final inspection are to be corrected, the Contractor shall complete this work in a timely
manner or the Engineer/City Engineer will resume time charges.
(b) Fixed Completion Date. When the contract time is specified as a fixed date, it will be
the date on which all work on the project shall be substantially complete.
(c) Calendar Day. Calendar day contract time includes delays for normal weather -related
events, such as rain, snow, and freezing temperatures that may affect the progress of the
construction in the following amounts on a per -month basis as hereinafter set out. Only
weather -related delays in excess of these amounts will be considered for time extensions, if
requested by the Contractor. Days Included in Contract Times for Normal Weather -Related
Events are: (On A Monthly Basis)
Month
Normal Weather -Related Events
January
11
February
9
March
8
April
8
May
8
June
8
July
7
August
7
September
7
October
7
November
7
December
8
No changes in contract times will be allowed for any reason without a request in writing from
the contractor. This request shall include reasons for the request with supporting
documentation as proof of extraordinary delays beyond the contractor's control. Normal
rainfall amounts and soil conditions will not be considered as reasons for extensions of time,
nor will workload of the Contractor. The request must be submitted for to the Engineer/City
Engineer within 5 days of the end of the month to be considered. No compensation will be
made for monetary damages due to weather delay(s).
(d) Working Day. Only when the contract time is specified in working days, the provisions
of Section 109.08(d) shall apply.
Time will be assessed for each day on which, in the judgment of the Engineer/City Engineer
and subject to the limitations below, conditions allow the Contractor to effectively utilize
60% of normal forces and equipment to prosecute the work required at that time, for at least
60% of the Contractor's normal working hours, regardless of whether the Contractor actually
works.
ST -46
I
Standard Street and Drainage Specifications I The Engineer/City Engineer will not assess a working day when conditions exist beyond the
I
control and without the fault of the Contractor that prevent the utilization of forces and
equipment as defined above. Also, for the purpose of assessment of working days,
inaccessibility to a portion of the work due to utility conflict or utility work, either of which
I
prevents utilization of forces and equipment as defined above, will be considered as an
adverse working condition for the time exceeding that specified in the Contract for the utility
adjustment. The ability of vendors, suppliers, and subcontractors to provide materials and/or
I
services is considered within the Contractor's control for the purpose of assessment of
working days.
' Time from December 21 through January 15, inclusive, will not be assessed against the
contract time.
I
Saturdays and City recognized holidays, other than those designated above, which may be
declared by the City for certain special or unusual circumstances, will be optional to the
Contractor as working days, and time will not be assessed unless work is performed that
requires inspection. If work is performed, contract time assessment will be based upon the
same conditions as a normal working day.
Contract time will not be assessed during a full suspension of the work as ordered by the
I
Engineer/City Engineer. During a partial suspension of the work as ordered by the
Engineer/City Engineer, the contract time will be assessed in direct proportion to the ratio of
the money value of the items not suspended to the total contract amount.
1 Each pay estimate will state the each working day charged during the preceding period and
the total number of working days charged to date. If the Contractor disagrees with the
I
working days charged by the Engineer/City Engineer, then the Contractor shall, within 10
calendar days of signing the pay estimate, give the Engineer/City Engineer written notice of
such disagreement and the reasons therefore. If the Contractor does not provide written
notice within 10 calendar days of signing the pay estimate, no subsequent request for review
will be considered.
109.06 Rights in and Use of Materials Found on the Work. The Contractor, with
the approval of the Engineer, may use on the Project such stone, gravel, sand, or other
material, determined suitable by the Engineer, as may be found in the planned excavation and
' will be paid both for the excavation of such materials at the corresponding contract unit price
and for the pay item for which the excavated material is used. However, the Contractor shall
replace with other acceptable material at no cost to the Owner all of that portion of the
excavation material so removed and used that was needed for use in the embankments,
backfills, approaches, or otherwise. No charge for the material so used will be made against
the Contractor. The Contractor shall not excavate or remove any material from within the
I
roadway location that is not within the grading limits, as indicated by the slope and grade
lines, without written authorization from the Engineer.
I
Planned excavation, for the purposes of this subsection, is defined as all excavation shown on
the plans and/or as changed by the Engineer for any purpose other than obtaining additional
material lying within the planned typical sections and slopes. Planned excavation also
I ST -47
City of Fayetteville
includes any excavation made beyond the ends of the Project for the purpose of blending the
new construction into the existing roadway.
Unless otherwise provided, any material from any existing structures designated salvageable
that is to remain the property of the owner, may be used temporarily by the Contractor in the
erection of the new structure. Such material shall not be cut or otherwise damaged. Material
thus used and subsequently cut or damaged by the Contractor's action or inaction shall be
replaced in kind with new material of like dimension at no cost to the Owner.
109.07 Final Clean Up. Upon completion of the Work and before acceptance and final
payment will be made, the Contractor shall remove from the right-of-way, from any
temporary plant sites, and from any temporary equipment and material storage sites, all
construction equipment, falsework, discarded material, rubbish, debris, temporary structures,
footings, and all surplus material. The Contractor shall restore in an acceptable manner all
property, both public and private, that has been damaged during the prosecution of the work
and shall leave the waterways unobstructed and the roadway in a neat and presentable
condition throughout the length of the work under contract.
No burning will be permitted on City of Fayetteville property, right-of-way, or easement
without an approved burn permit issued by the City of Fayetteville Fire Department and
concurred with by the Engineer. It is the Contractor's responsibility to determine prior to
bidding whether or not a bum permit will be approved and issued. When perishable material
is burned, it shall be under the constant care of a competent watcher. Burning shall be
accomplished at such times and in such manner that the surrounding vegetation, adjacent
property, or anything designated to remain on the right-of-way will not be jeopardized.
Contractor shall cease all burning when meteorological conditions are unsuitable for burning
operations. Materials and debris that cannot be burned shall be removed from the right-of-
way and disposed of at locations off the project.
Contractor shall have proposed dump sites for waste material approved by the City of
Fayetteville prior to disposition of any waste onto these sites.
The materials, labor, equipment, and expense of the final cleaning up of the Project will not
be paid for separately, but full compensation therefore will be considered included in the
contract unit prices bid for the various items in the Contract.
109.08 Failure to Complete Work on Time. Time is an essential element of the
Contract and it is important that the Work be pressed vigorously to completion. The cost to
the Owner of the administration of the Contract, including engineering, inspection, and
supervision, will be increased as the time occupied in the Work is lengthened. The public is
subject to detriment and inconvenience when full use cannot be made of the Project.
The Owner shall be entitled to recover from the Contractor all ascertainable damages arising
from the delay in completion. Said damages shall include, without limitation, all engineering,
inspection, supervision, and legal expenses directly incurred by the Owner because of such
delay.
ST -48
fl
Standard Street and Drainage Specifications
1
Additionally, Contractor agrees that the Owner and/or public will suffer other damage or
I
financial loss if the Work is not completed on time or within any time extensions allowed in
accordance with the Contract Documents. Contractor and Owner agree that proof of the exact
amount of any such damage or loss is difficult to determine. Accordingly, Contractor agrees
Ito pay the sums stated in the proposal and Contract as liquidated damages and not as penalty
for each calendar day or part thereof that the Work remains uncompleted after the contract
time has expired.
IShould the amount otherwise due the Contractor be less than the amount of such damages
provided above, the Contractor and the Surety shall be liable to the Owner for such
' deficiency.
Permitting the Contractor to continue and finish the Work or any part of it after the time
fixed for its completion, or after the date to which the time for completion may have been
Iextended, will in no way operate as a waiver on the part of the Owner of any of its rights
under the Contract.
1
Section 110. Measurement and Payment
' 110.01 Measurement of Quantities. Work acceptably completed under the Contract
will be measured by the Engineer/City Engineer according to United States Standard
I
measures. Only actual quantities will be paid for unless otherwise specified. Unless
otherwise specified, the following listed methods will be used:
I
1) For computing volumes of excavated materials specified for measurement by the
cubic yard, the average end area method will be used.
I
2) Structures will be measured to the neat lines as shown on the plans or as finally
constructed at the direction of the Engineer/City Engineer.
I
3) Items that are measured by the linear foot, such as pipe culverts, guardrail,
underdrains, etc., will be measured parallel to the base or foundation upon which such
structures are placed.
' 4) In determining the area for items bid on a square yard or acre basis, except as noted
below, the longitudinal measurement will be made along the actual surface of the
item and not horizontally, and transverse measurements shall conform to the
'dimensions shown on the plans or as directed by the Engineer/City Engineer.
5) In determining the area for all seeding and mulch cover items bid on an acre basis,
I
when the area is a strip of varying width running approximately parallel to the
centerline of the roadway, the longitudinal dimension will be measured horizontally
and the transverse dimension will be measured parallel to the surface of the area
I
seeded and/or mulched. For other areas of seeding and mulch cover items, all
measurements will be made parallel to the surface of the area seeded and/or mulched.
The area will be computed to the nearest 0.01 acre.
ST -49
City of Fayetteville
6) Materials that are specified for measurement by the ton shall be hauled in approved
vehicles bearing a plainly legible identification number and weighed on accurate,
approved scales furnished by the Contractor and inspected by a registered scale
mechanic at least once a year and before their use after each move. Scales shall be
located at the loading point or other approved location.
7) The scales shall be an automatic weighing system, with digital or springless dials, and
equipped with an automatic ticket printer. An automatic ticket printer is defined as a
device connected to the weighing system in such manner that it automatically detects
the weight determined by the system. It shall store and recall the TARE weight when
the operator enters the truck identification. It shall print the following information on
the ticket:
• Gross, Tare, and Net weights.
• Identification of the truck.
• Current date.
• For asphalt mixtures, the time of loading or weighing.
• A unique ticket number (may be preprinted on the tickets).
The NET weight should be computed by the weighing system; however, it may be
computed manually and keyed in for printing. When the net weight of the material is
determined by batch weights, the scales used shall meet all applicable requirements
specified for truck scales, including automatic ticket printing, except that the GROSS
and TARE weights will not be required. The ticket shall accompany each load
delivered to the project. In addition to the items shown above that must be printed by
the ticket printer, the following information shall also be shown on each ticket:
• Identification of the project.
• Identification of the material being delivered, including mix design numbers
for asphalt mixtures. The ton shall be the short ton of 2000 pounds. Vehicles
used to haul materials measured by weight shall be weighed empty for each
load, or shall be weighed daily or from time to time during the day as the
Engineer may direct, to establish the tare weight of each load. The scales
furnished shall be capable of weighing the entire loaded vehicle at one time.
Deduction will be made for the weight of moisture in aggregates in excess of
5% of the oven -dry weight of the material.
8) A station when used as a definition or term of measurement will be 100 linear feet
measured horizontally.
9) The term "lump sum" when used as an item of payment will mean complete payment
for the work described in the Contract.
10) When a complete structure or structural unit (in effect, "lump sum" work) is specified
as the unit of measurement, the unit will be construed to include all necessary fittings
and accessories.
ST -50
1
Standard Street and Drainage Specifications
11) When mutually agreed, or when specified in the Bid Proposal, the plan quantity of
I
any item may be taken as the Final Contract Quantity. Items to be paid at plan
quantity shall be agreed upon in writing before work begins.
I When standard manufactured items are specified such as fence, wire, plates, rolled
shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section
dimensions, etc., such identification will be considered to be nominal weights or
I dimensions. Unless more stringently controlled by tolerances in cited specifications,
manufacturing tolerances established by the industries involved will be accepted.
U
Of necessity the items described and shown as components are discussed in a general manner
only, describing the major pieces of equipment and/or materials. Any item and/or
appurtenance not specifically mentioned shall be considered a portion of the bid item to which,
I in the opinion of the Engineer, its function is most directly related. Failure to list all items
and/or appurtenances does not relieve the Contractor from furnishing all apparatus, devices,
labor or materials of whatever nature required for a complete installation in accordance with
the intent of the Drawings, approved Shop Drawings and these Specifications.
IThe successful Contractor shall, as soon as possible after award of the Contract, submit a list
itemizing the components of each lump sum bid item and their respective costs to be used as an
' aid in the preparation of partial payments.
110.02 Scope of Payment. Payments to the Contractor will be made for the actual
quantities of contract items completed and accepted according to the plans and specifications
and if, upon completion of the construction, these actual quantities show either an increase or
decrease from the quantities given in the proposal schedule, the contract unit prices will still
I prevail, except as provided in Subsection 110.03, "Payment and Compensation for Altered
Quantities" below.
The Contractor will receive and accept the compensation herein provided as full payment for
furnishing all materials, labor, equipment, tools, and incidentals necessary to the completed
work; for performing all work contemplated and embraced under the Contract; for all loss or
I damage arising out of the nature of the work, or from the action of the elements, or from any
unforeseen difficulties or obstructions that may arise or be encountered during the
prosecution of the work until its final acceptance by the City; for all risks of every
I description connected with the prosecution of the work; for all expenses incurred by, or in
consequence of, the temporary suspension or discontinuance of the work as herein specified;
for any infringement of patent, trade mark, or copyright; for all costs of permits, licenses,
' fees, and taxes; and for completing the work in an acceptable manner according to the plans
and specifications. The payment of current or final estimate, or of retained percentage, shall
in no degree prejudice or affect the obligation of the Contractor, at no cost to the City, to
I repair, correct, renew, or replace any defects or imperfections in the construction of the
roadway and its appurtenances, or in the strength of or quality of materials used therein or
thereabouts, or relieve the Contractor from the payment of all damages due to such defects;
I provided such defects, imperfections, or damages shall be discovered on or before the final
inspection or acceptance of the entire work. No retained percentage payable under the
Contract, or any part thereof, shall become due and payable, if the City so elects, until the
ST -51
City of Fayetteville
City is satisfied that the Contractor has fully settled or paid for all materials and equipment
used in or upon the work, and for all labor done in connection therewith, and the City, if it so
elects, may pay any or all such accounts wholly or in part and deduct the amount or amounts
so paid from the final estimate.
Any overpayments made to the Contractor or Surety, from whatever cause, are due and
payable to the City upon receipt by the Contractor or Surety of a request setting forth the
particulars, regardless of pending claims or intention of the Contractor or Surety to file a
claim.
110.03 Payment and Compensation for Altered Quantities. When alterations in
plans or quantities of work not requiring a change order are ordered and performed as
provided in Subsection 104.02, "Alterations of Plans or Character of Work" or 104.03, "If
and Where Directed Items" and when such alterations result in an increase or a decrease of
the quantity of work to be performed, the Contractor shall accept payment in full at the
contract unit prices for the actual quantities of work accomplished, except as provided in
Subsection 104.02, "Alterations of Plans or Character of Work" or 104.03, "If and Where
Directed Items", and no allowance will be made for anticipated profits, organization or
overhead expense, or interest.
Increased or decreased work involving change orders will be paid for as stipulated in such
change orders.
Section 111. Roadway Construction Control
111.01 Description. When this item is included in the proposal, it shall consist of
furnishing and maintaining all lines, grades, and measurements necessary for the proper
execution of the roadway work under the Contract, all according to the plans and
specifications.
111.02 Materials. The Contractor shall furnish all stakes, templates, straightedges,
surveying equipment, and other devices necessary for establishing, setting, checking,
marking, and maintaining points, lines, grades, and layout of the work called for on the plans
and in the specifications.
111.03 Construction Requirements.
(a) City Responsibilities. The Engineer/City Engineer will establish the benchmarks and
horizontal control points referenced on the plans, certified correct by the Engineer, and
furnish the data to the Contractor at the beginning of work.
Any additional information provided by the Engineer shall be verified by the Contractor
before use and the Contractor shall accept full responsibility for any costs incurred as the
result of the use of such additional information. Any checking performed by the
ST -52
1
Standard Street and Drainage Specifications
Engineer/City Engineer will not relieve the Contractor of the responsibility for the final
I
results.
The City will be responsible for taking all measurements to establish both current estimate
I
and final estimate pay quantities, including any horizontal and vertical control points
necessary to complete such measurements. When making these measurements, the
Engineer/City Engineer may use any points, stakes, lines, or elevations that have been set by
' the Contractor.
(b) Contractor Requirements. Roadway Construction Control shall include use by the
Contractor of the plans and the vertical and horizontal control points established by the City
I
as described above to perform all required construction surveying and layout. The
Contractor shall make all necessary calculations and set all stakes including, but not limited
Ito: centerline stakes; offset stakes; reference point stakes; additional bench marks as needed;
slope stakes; pavement lines; curb lines; grade stakes; roadway drainage; pipe culverts; box
culverts; underdrains; clearing and grubbing limits; guardrail; fence; blue tops for subgrade,
subbase, and base courses; and any other points, lines, or elevations deemed necessary for
proper control of the work.
On projects that include an ACHM overlay and/or Asphalt Surface Treatment, the Contractor
I
shall mark the stationing by setting a stake at least every 200 feet along the roadway. These
stakes shall be placed on the shoulder or slope so that they will not interfere with the
construction operations, but will be usable for determining locations along the roadway. On
I
projects with widening sections where a grade line is not shown on the plans, the Contractor
shall profile the existing pavement at the centerline and edges of pavement. This profile data
shall be furnished to the Engineer/City Engineer for use in the establishment of the finished
grade line. This finished grade line will be furnished to the Contractor for use in computing
and setting all grades required to construct the finished roadway section. The Contractor shall
be responsible for joining the work to contiguous roadways and/or bridges in an acceptable
manner. This shall include making minor adjustments to the plan grade and/or typical
section as necessary to construct a smooth transition from the new work to match the existing
roadway.
IThe Contractor shall provide sufficient qualified personnel to complete the work accurately.
The supervision of the Contractor's surveying and personnel shall be the responsibility of the
' Contractor, and any errors resulting from the operations of such personnel shall be adjusted
or corrected by the Contractor at no cost to the City.
l
The Contractor shall maintain adequate survey notes as the work progresses and make them
available to the Engineer/City Engineer on request. Copies of survey notes designated by the
Engineer/City Engineer shall be provided for the City's permanent project records. The
Contractor shall be responsible for the accuracy and uniformity of the construction stakes,
lines, grades, and layouts. Any errors in the work constructed due to errors in the
Contractor's Roadway Construction Control shall be adjusted or corrected by the Contractor
at no cost to the City.
ST -53
City of Fayetteville
111.04 Method of Measurement. Roadway Construction Control will be measured as a
complete unit.
111.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract lump sum price bid for Roadway Construction Control,
which price shall be full compensation for furnishing and maintaining all necessary lines,
grades, and measurements; and for furnishing all engineering personnel, equipment,
materials, tools, and incidentals necessary to complete the work.
No adjustments in the lump sum price bid will be made for Roadway Construction Control
required due to normal increases or decreases in Contract quantities. However, if the
amount of Roadway Construction Control required is increased or decreased in connection
with a Change Order, compensation will be adjusted accordingly.
Partial payments for Roadway Construction Control will be made in proportion to the
amount of work accomplished on this item. No additional payment will be made for re -
staking needed to maintain the control.
Payment will be made under:
Pay Item Pay Unit
Roadway Construction Control LS
Section 112. Trench and Excavation Safety Systems
112.01 Description. This item covers trench and excavation safety systems required for
constructing improvements that necessitate open excavations on the project. All work under
this item shall be in accordance with the current edition of the "Occupational Safety and
Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926,
Subpart P", a copy of which may be purchased from the Superintendent of Documents, U.S.
Government Printing Office, Washington, D.C. 20402. This document is hereby
incorporated into the Specifications.
112.02 Notifications Required. The Contractor, prior to beginning any excavation, shall
notify the State Department of Labor (Safety Division) that work is commencing on a project
with excavations greater than five feet.
The contractor shall notify all Utility Companies and Owners in accordance with OSHA
Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground
installations.
112.03 Existing Structures and Utilities. Where the trench or excavation endangers
the stability of a building, wall, street, highway, utilities or other installation, the Contractor
shall provide support systems such as shoring, bracing, or underpinning to ensure the
stability of such structure or utility.
ST -54
1
Standard Street and Drainage Specifications
The Contractor may elect to remove and replace or relocate such structures or utilities with
the written approval of the owner of the structure or utility and the Engineer/City Engineer.
112.04 Method of Measurement. After award of the contact, the Contractor shall submit
' to the Engineer/City Engineer a breakdown of costs for work involved in the lump sum price
bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment
request, submit a certification by the Contractor's "competent person" as defined in Subpart
I
P 1926.650(b) that the Contractor has complied with the provisions of "Occupational Safety
and Health Administration Standard for Excavation and Trenches Safety System", 29 CFR
1926 Subpart P for work which payment is requested.
I
112.05 Basis of Payment. The work required by this item will be paid for at the lump
sum price for "Trench and Excavation Safety Systems".
Payment will be made under:
Pay Item Pay Unit
ITrench and Excavation Safety Systems LS
rI
LJ
I
1
I
I
I
ST -55
1
City of Fayetteville
DIVISION 200. EARTHWORK
Section 201. Clearing, Grubbing, and Demolition
201.01 Description. This work consists of clearing, grubbing, removing, and disposing of
all vegetation, obstructions and debris within designated limits of the Right -of -Way and
easement areas. Vegetation and objects designated to remain shall be preserved free from
injury or damage.
201.02 Definitions. Clearing, Grubbing, and Demolition shall -be defined as follows:
Clearing shall consist of: cutting, removing, and disposing of trees, snags, stumps, shrubs,
brush, limbs, and other vegetative growth. Clearing shall also include the preservation of
trees, shrubs, and vegetative growth, which are not designated for removal.
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 to a depth of two feet below the natural ground surface.
Demolition shall consist of: removal and disposal of existing fences, drainage structures,
abandoned pipelines or utilities, paving, curbs and gutters, which are not designated to
remain. The work may also include demolishing and/or removing from the site building
structures or portions thereof, which are more particularly described in the plans and Special
Provisions, together with all appurtenances, including canopies, porches, and awnings.
201.03 Construction Requirements. All surface objects, trees, stumps, roots, and other
protruding obstructions designated for removal shall be cleared and grubbed, including
required mowing. Undisturbed and sound stumps and nonperishable solid objects located
more than two feet below subgrade and slope of embankments may remain in place. When
authorized, stumps and nonperishable solid objects that are located more than 1 foot below
the ground line may remain if they are located outside the construction limits of excavation
and embankment areas.
Trees and other vegetation to be preserved shall be carefully protected from abuse, marring,
or damage during construction operations. Repair of damage to bark, limbs, or roots of trees
or vegetation designated to remain shall be repaired by corrective pruning or other
appropriate methods.
Low hanging, unsound, or unsightly branches shall be removed from trees or shrubs
designated to remain. Trees extending over the roadway shall be trimmed to provide a clear
height of 18 feet about the pavement elevation. All trimming shall be accomplished with
skilled workers and in accordance with good tree surgery practices.
Parking and servicing equipment under branches of trees designated to remain is not allowed.
Existing pipes, culverts, bridges, and other drainage structures shall be removed to the natural
stream bottom and those parts outside the stream shall be removed to 1 foot below natural
ground surface. Materials designated as City salvaged material shall be dismantled without
ST -56
I
Standard Street and Drainage Specifications
damage and stored at designated locations. All other structures shall be removed from the
I
Right-of-Way.
All concrete pavement, base course, sidewalks, curbs, gutters, buildings, foundations, slabs,
I
ballast, gravel, bituminous material, and pavement materials shall be disposed of unless
specifically stated otherwise in the Plans or by the Engineer/City Engineer.
Moveable buildings to be demolished my be removed from the right of way intact if the
contractor so elects.
Concrete designated for use as rip rap shall be broken into pieces not to exceed 150 pounds
1 and stockpiled at designated locations or promptly placed where specified on the project.
Ballast, gravel, bituminous material, or other surfacing or pavement materials designated for
salvage shall be stockpiled at designated locations without contaminating the material with
dirt or foreign materials. Old concrete pavement, sidewalks, curbs, gutters, and similar
structures to be left in place shall be sawed to a straight and true vertical line or removed to
an existing joint as shown on the plans or as directed by the Engineer/City Engineer.
In embankment areas, cavities resulting from removal of obstructions shall be backfilled and
compacted with suitable material under Subsection 202.03.
Disposal of material and debris shall be done under applicable Federal, State, County, and
I
City laws, ordinances, and regulations. Perishable material if burned shall be under constant
care of a watchman so the surrounding vegetation, adjacent property, and anything
designated to remain is not jeopardized.
IMaterials and debris may be disposed of by burial at locations acceptable to the City within
the project limits, if at least 12 inches of cover material is provided and the area is graded,
I
shaped, and seeded according to these specifications or otherwise restored to present a
pleasing appearance. Said burial and restoration shall be at the Contractor's expense.
201.04 Measurement and Payment. No measurement of this item will be made.
Payment will be made on a lump sum basis.
Pay Item Pay Unit
IClearing, Grubbing, and Demolition LS
Section 202. Excavation and Embankment
I202.01 Description. This work consists of excavation, hauling, disposal, placement,
consolidation and compaction of all materials encountered within the limits of the work that
I
is not covered under another item. For purposes of this section, roadway shall be defined as
all locations within 1 foot of the back of curbs and gutters that define the edges of public
streets, or at the edge of roadway shoulders.
I ST -57
City of Fayetteville
Excavation will be classified as one of the following:
(a) Unclassified Excavation. Unclassified Excavation consists of the removal and disposal
of all material of whatever character encountered in the work not covered under other items.
This shall include removal of material in existing ditch lines along roadways to a depth of 1
foot below existing grade in the ditches. This shall also include stripping and excavation of
existing material as required up to a depth of one (1) foot below existing grade in
embankment areas.
(b) Rock Excavation. Rock Excavation includes removal and disposal of rock material that
by actual demonstration cannot be excavated with a Caterpillar Model No. 21 5D LC track -
mounted hydraulic excavator equipped with two rippers or similarly approved equipment.
Rock excavation also includes boulders one-half cubic yard or more in volume.
(c) Undercut Excavation. Undercut excavation includes removal and disposal of material
not suitable for use as embankment material that is below the proposed subgrade elevation
and that is more than one foot (1') below existing ground within the roadway.
Embankment will be classified as one of the following:
(a) Select Fill. Select Fill includes all material placed within the limits of the proposed
roadway within 24 inches of the top of subgrade elevation. Select Fill also includes material
placed within the roadway to replace unsuitable material that requires removal below the
bottom of planned excavation limits.
Select Fill material may include approved on -site or approved off -site material meeting the
requirements of section 202.02 (c) below.
(b) Embankment. Embankment includes material other than Select Fill that is placed within
the limits of construction to achieve planned grades.
202.02 Materials.
(a) General. Samples of material to be used as embankment material shall be submitted for
approval per the requirements of these specifications. All material shall meet the
requirements The City of Fayetteville Code of Ordinances.
(b) Stone backfill. Stone backfill shall be as defined and specified in subsection 205,
Undercut and Stone Backfill.
(c) Embankment. Embankment shall consist of soil, or a mixture of soil and stone or gravel
or other acceptable material, reasonably free from sod, stumps, logs, roots or other perishable
or deleterious matter, and shall be capable of forming a stable embankment when compacted.
Material located within 24 inches of the proposed top of subgrade elevation shall meet the
following requirements.
ST -58
1
Standard Street and Drainage Specifications
1) Material classified by the AASHTO Soil Classification System as A-1, A-2, or
I
A -3, having a maximum of 35 percent of the material passing the number 200 sieve,
and having a CBR equal to or greater than 8.
I
2) Material not meeting the above requirements for AASHTO Classification and
gradation, but having a CBR equal to or greater than 8 and a Liquid Limit and
Plasticity Index of less than or equal to 40 and 15, respectively.
I3) Material not meeting the above requirements for liquid limit and plasticity index
may be used if chemically modified by the use of lime, fly ash, or cement. The type
and amount of treatment shall be determined by a material testing lab approved by the
ICity. The chemically modified soil must meet all requirements of Section 2 above.
4) Material not meeting the requirements of Section 1 or 2 above, or not chemically
modified, must be removed and replaced with material meeting said requirements.
(d) Material Testing Requirements. Material proposed for use as select fill shall be tested
to determine gradation, CBR, and maximum density before any material is placed.
The maximum density shall be determined by AASHTO T-99, using Note 7. Additionally,
' each moisture -density point shall be performed on separately prepared moisture -density
specimens per Note 6 of AASHTO T-99.
For every 5000 cubic yards of material placed, an additional moisture -density relationship
test shall be performed to determine the maximum density of the material being placed. An
additional moisture -density relationship test shall also be performed if test results indicate
compaction in excess of 105% of the maximum density determined by AASHTO T-99.
CBR testing shall be performed in accordance with ASTM D 1883-94 (3 -Point Method) at
I
the minimum required dry density for the material being placed (95% of the Maximum
Density per AASHTO T-99), and at 2% above optimum moisture content.
202.03 Construction Requirements.
(a) General. Excavations and embankments shall be finished to smooth and uniform
surfaces. No excavation material shall be wasted without permission of the Engineer/City
Engineer. Excavation and embankment operations shall be conducted without disturbing
material outside the staked construction limits. Before beginning excavation, grading, and
embankment operations, all necessary clearing, grubbing and top soil removal in that area
shall be completed.
Excess or unsuitable excavated material, including topsoil, rock and boulders, shall be
I
disposed of at locations acceptable to the Engineer/City Engineer. All approved surplus
material shall be used to uniformly widen embankments and flatten slopes within the Right -
of -Way. Rocks and boulders shall be covered with a minimum of one (1) foot of
I
embankment material.
I ST -59
1
City of Fayetteville
Demolition of old roadways shall include filling of all ditches and grading to restore the
original contour of the ground producing a pleasing appearance by forming natural, rounded
slopes. Removal and disposal of pavements and base courses shall be performed under
Section 201.
(b) Rock Excavation. Material classified as rock shall be excavated to a minimum depth of
6 inches and a maximum depth of 12 inches below proposed subgrade within the limits of the
roadbed. The excavation shall be backfilled and compacted with material designated in the
Contract or approved by the Engineer/City Engineer. Rock excavation removed in excess of
12 inches below subgrade will not be measured and paid for. Rock excavation backfill of the
depth in excess of 12 inches below proposed subgrade is at the Contractor's expense.
Undrained pockets shall not be left in the rock surface. Depressions shall be drained. Bore
holes shall be drilled along the slope line, maintaining the drill holes at the angle designated
on the plans and ensuring that all drill holes are in the same plane. The diameter, spacing,
and loading of presplit holes shall result in a neat break. The presplitting holes shall be
drilled for the full depth of the ledge. The initial presplitting of a geological formation shall
be accomplished utilizing a 100 -foot test section. After drilling, loading, and shooting this
test section, the material shall be removed to determine if the diameter, spacing, and loading
of the presplit holes are adequate to give an acceptable backslope. If the results are
determined to be acceptable, the presplitting may continue throughout the geological
formation using those methods and procedures. If the presplitting is determined to be
unsatisfactory, adjustments shall be made in the spacing, diameter and loading of the presplit
holes utilizing another 100 -foot test section.
Presplitting holes shall be loaded with explosives as per the manufacturer's
recommendations. The cost of presplitting shall be included in the unit bid price for rock
excavation.
(c) Undercut Excavation. If and where directed by the Engineer/City Engineer, unsuitable
material encountered at the proposed subgrade elevation, or at the elevation specified on the
plans, shall be removed to the depth specified or directed by the Engineer/City Engineer and
backfilled and compacted with material meeting the requirements of Select Fill, in
accordance with this section, or in accordance with subsection 205, Stone Backfill as
indicated or directed. Excavation operations shall be conducted so necessary measurements
can be taken before replacing unsuitable material with approved backfill.
No payment will be made for this item if:
The contractor does not notify the Engineer/City Engineer of potential areas requiring
undercut before excavating these areas.
An area that was previously stable becomes unstable due to actions of the contractor. These
causes include, but are not limited to, ponding of water and construction traffic.
The Contractor does not allow the Engineer/City Engineer sufficient time to measure the
undercut excavation volume before placing backfill material.
ST -60
I
I
1
1
I
I
I
I
I
I
1
n
1
I
Standard Street and Drainage Specifications
In addition, no payment will be made to remove and replace any embankment material
placed on unsuitable soil that subsequently requires removal and replacement.
(d) Embankment Construction. Embankment construction includes the preparation of the
areas where embankments are placed, placement and compaction of approved embankment
material for replacement of unsuitable material, and placement and compaction of
embankment material in all cavities and depressions within the roadway area.
Rocks, broken concrete, and other solid materials shall not be placed in embankment areas
where piling is to be placed or driven.
Benching shall be required when embankment is placed on hillsides or against existing
embankment with slopes that are steeper than 6 -to -1 when measured at right angles to the
roadway and shall be continuously benched in loose lifts not to exceed 12 inches. Benching
shall be wide enough to permit the operations of placement and compaction equipment. All
horizontal cuts shall begin at the intersection of the ground line and the vertical side of the
previous bench. Existing slopes shall also be stepped to prevent wedging action of the
embankment against structures. Excavation from benching shall be compacted with the new
embankment material and the cost for benching and recompaction shall be included in the
unit bid price for excavation.
When natural ground is within 4 feet of the subgrade, all sod and vegetable matter shall be
removed from the surface where embankment is placed. The cleared surface shall be
completely broken up by plowing, scarifying, or stepping to a minimum depth of 6 inches
and shall then be compacted to the specified embankment density. Sod not requiring
removal shall be thoroughly disked prior to embankment construction. Wherever a
compacted road surface containing granular material lies within 3 feet of the subgrade, the
old road surface shall be scarified to a minimum depth of 6 inches and compacted to the
specified embankment density.
If embankment can only be placed on one side of abutments, wing walls, piers, or culvert
headwalls, compaction shall be accomplished without overturning of or placing excessive
pressure against the structure. The fill adjacent to the end bent of a bridge shall not be placed
higher than the bottom of the backwall until the superstructure is in place. When
embankment is placed on both sides of a concrete wall or box -type structure, the
embankment shall be brought up equally on both sides of the structure. Embankment that is
adjacent to structures or inaccessible to normal compaction equipment shall be placed in 4"
loose lifts and compacted with mechanical equipment to 95% of maximum density as
determined by AASHTO T99.
Embankment shall be placed in horizontal lifts not to exceed 8 inches (loose measurement)
and compacted to the specified density before the next lift is placed. Spreading equipment
shall be used to obtain uniform lift thickness prior to compaction. As the compaction
progresses, leveling and manipulating shall be continuous to assure uniform density.
Moisture content shall be increased or decreased as necessary to obtain the required density
and stability. Construction equipment shall be routed uniformly over the entire embankment
surface.
ST -61
1
City of Fayetteville
When the excavated material consists predominantly of rock too large to be placed in 8 -inch
lifts, the material may be placed in thicknesses up to the average rock dimension not to
exceed 3 feet. Each lift shall be leveled and smoothed by distribution of spalls and finer
fragments of earth. Rock shall not be end dumped directly on the previously completed lift
of embankment. Rock shall be dumped in the lift of embankment being constructed and
pushed into place. The lifts shall not be constructed above an elevation 2 feet below the
finished subgrade.
A minimum of 2 feet of compacted embankment shall be placed over structures before rock
is placed.
(e) Moisture and Density Requirements. All lifts in embankment areas shall be compacted
to not less than 95 percent of the maximum density. The moisture content of the material
shall be uniformly increased or decreased to within 2% of optimum moisture content before
compaction.
Maximum density will be determined using AASHTO T-99 (Standard Proctor). In -place
field density measurements shall be determined using AASHTO T-191, T-233, or T-3 10.
Density requirements do not apply to portions of embankments constructed of materials such
as rock that cannot be tested by approved testing methods.
202.04 Method of Measurement.
(a) General. All quantities of excavation and embankment will be based on in -place
measurements. No conversion factors will be applied.
(b) Undercut and Backfill will be measured by the cubic yard of material placed and
compacted according to the specifications and as directed by the Engineer/City Engineer.
Measurements of the excavated area will be taken by the Engineer/City Engineer after
excavation and before backfilling. Measurement for undercut will begin at subgrade
elevation, bottom of planned excavation for Select Fill, or one (1) foot below existing
ground, whichever is lower. Refer to Typical Sections for Select Fill requirements.
(c) Rock Excavation will be measured by the cubic yard of rock in place actually removed
according to the specifications. Measurements taken after the rock is removed and before
any associated backfilling will be used to calculate rock excavation quantities.
(d) Unclassified Excavation will not be measured and the plan quantity will be considered
the final quantity for purposes of final payment, unless changes to the original design
affecting quantities of excavation are made. In such case, the revised quantity shall be
agreed upon prior to beginning any work associated with the change.
(e) Embankment and Select Fill will not be measured and the plan quantity will be
considered the final quantity for purposes of final payment, unless changes to the original
design affecting quantities of Embankment or Select Fill are made. In such case, the revised
quantity shall be agreed upon prior to beginning any work associated with the change.
ST -62
I
I
I
I
I
U
I
I
U
Li
I
I
I
n
I
I
Standard Street and Drainage Specifications
202.05 Basis of Payment. Quantities of earthwork completed, accepted and measured as
provided above will be paid for at the Contract Price bid as follows:
(a) Undercut Excavation and Backfill shall be paid for at the Contract Price bid per cubic
yard (CY) for Undercut and Backfill. Said price shall be full compensation for excavation,
disposal, furnishing, hauling, placing, and compacting approved off -site material according
to the plans and specifications. This price shall not include final compaction and finish
grading to subgrade elevation. Final compaction and finish grading will be paid for under the
item "Subgrade Preparation."
(b) Rock excavation shall be paid for at the Contract Price bid per cubic yard (CY) for Rock
Excavation. Said price shall be full compensation for rock removal and disposal to the lines
and depths shown on the plans and according to these specifications, and for furnishing,
hauling, placing, and compacting approved material in the excavated area as required.
(c) All earthwork not paid for under other items will be paid for under the separate items (1)
Unclassified Excavation or (2) Embankment/Select Fill as follows:
(1) Unclassified Excavation shall be paid for at the Contract Price bid per cubic yard (CY)
for Unclassified Excavation. Said price shall be full compensation for excavation, hauling
off, and disposal of all materials on the project that are not required for completion of the
project; and any other excavation, grading or other miscellaneous earthwork items not
included in other items of work. Excavation required for placement of Select Fill to the
depths specified in the Typical Sections will also be paid for as Unclassified Excavation. The
plan quantity will be considered the final quantity for purposes of final payment, unless
changes to the original design affected the quantity of excavation are made.
(2) Embankment and Select Fill shall be paid for at the Contract Price bid per cubic yard
(CY) for Embankment or Select Fill. Said price shall be full compensation for placement of
materials on the jobsite, whether from on -site or off -site sources, to establish the lines and
grades shown on the plans; placement of embankment as backfill for excavated areas to I
foot below existing ground in roadway areas; and any other embankment, grading or other
miscellaneous earthwork items not included in other items of work. The plan quantities will
be considered the final quantities for purposes of final payment, unless changes to the
original design affecting quantities of Embankment or Select Fill are made.
Pay Item
Undercut and Backfill
Rock Excavation
Unclassified Excavation
Select Fill
Embankment
Pay Unit
CY
CY
CY (Plan Quantity)
CY (Plan Quantity)
CY (Plan Quantity)
ST -63
Li
City of Fayetteville
Section 203. Subgrade Preparation
203.01 Description. This work consists of preparing the subgrade for placement of the
base course, curb and gutter, and paving courses. The intent of this specification is to
provide a stable subgrade consisting of approved material compacted as specified.
203.02 Materials. Materials not specified.
203.03 Construction Requirements. Material at subgrade will receive one or a
combination of the following treatments as directed by the Engineer/City Engineer:
(a) Unsuitable material will be excavated to a depth as directed by the Engineer/City
Engineer, disposed of, and replaced with off -site material approved by the Engineer/City
Engineer. This material shall be placed and compacted to conform to Subsection 202.03.
(b) If the material is acceptable for use as subgrade material, the subgrade will be scarified to
a depth of 8 inches and recompacted to conform to Subsection 202.03 of these Specifications.
(c) In areas requiring fill to achieve subgrade elevation, the subgrade shall consist of
approved on -site or off -site material meeting the requirements of Subsection 202.02 and
compacted in accordance with Subsection 202.03 of these Specifications.
The subgrade shall be shaped for its full width to the required grade and cross section. The
finished subgrade shall not vary at any point by more than .02 foot from the prescribed
elevation.
Finished sections damaged by construction operations shall be corrected by the contractor at
no cost to the City.
203.04 Method of Measurement. Measurement for this item will be as follows:
(a) Excavation and backfill of any areas of subgrade requiring undercut will be measured as
specified in Section 202.04.
(b) Subgrade Preparation will be measured by the square yard. Measurement will include all
subgrade area including areas up to 1' behind proposed back of curbs or to the edge of the
roadway pavement where curb is not specified. Measurement will include areas of undercut,
areas that receive scarification and recompaction of existing acceptable material, and areas
where fill material is required to achieve subgrade elevation. The plan quantity will be
considered the final quantity for purposes of final payment, unless changes to the original
design are made. In such case, the revised quantity shall be agreed upon prior to beginning
any work associated with the change.
(c) Fill material required to achieve subgrade elevation will be measured as specified in
Section 202.4.
ST -64
I
Standard Street and Drainage Specifications
I
1
I
I
Li
1-1
I
I
I
I
I
I
I
I
I
203.05 Basis of Payment. Quantities of earthwork completed, accepted and measured as
provided above will be paid for at the Contract Price bid as follows:
(a) Subgrade preparation will be paid for at the Contract Price per square yard (SY) for
Subgrade Preparation. Said price shall be full compensation for scarification (if required),
compaction, and finish grading of subgrade areas.
Pay Item
Subgrade Preparation
Pay Unit
SY (Plan Quantity)
Section 204. Select Grading and Topsoil
204.01 Description. This work consists of excavating, placing, and compacting material
between the back of the roadway curb and the limits of the work. It also includes grading
and placing topsoil in this area or other disturbed areas.
204.02 Materials.
(a) General. Material used for backfilling curbs and grading for sidewalk shall be free of
trash, organics, and other deleterious materials.
(b) Topsoil. Topsoil may be obtained from sources outside the right-of-way limits or from
areas within the project limits that will be occupied by cuts and/or embankments. When
topsoil is furnished from sources outside the right-of-way, the Contractor shall be responsible
for locating and obtaining the material and for performing all work, including erosion
control, prevention of water pollution, and restoration, according to the specifications. The
cost of such work will be considered included in the contract unit price bid for Topsoil
Furnished and Placed. At the request of the City, the Contractor shall furnish copies of
agreements with the property owners.
Topsoil shall be good quality, fertile, friable, surface soil and consist of loamy sand, sandy
loam, clay loam, or sandy clay loam and shall be clean, rich, dark soil that contains adequate
organic material. River sand will not be accepted as topsoil. Topsoil shall be reasonably free
from subsoil, slag, weeds, grasses, roots, or stones greater than:
0 1/4 inch for residential/commercial lawn areas, garden areas, or landscaped areas, or
• 1 inch for all other areas.
Topsoil shall have a pH suitable for intended use areas. Topsoil shall be obtained only from
naturally well -drained sites where topsoil occurs in depths greater than 4". Topsoil shall not
be obtained from bogs, marshes or steep clayey slopes. Topsoil shall not be stripped,
collected, or deposited while wet.
ST -65
I
City of Fayetteville
On -site topsoil to be used on the Project shall be stripped and stockpiled at a suitable location
outside the roadway. The Contractor is responsible for securing a suitable location and
providing proper erosion and sediment control for the stockpiled material.
In no case shall topsoil be excavated more than 12" from the original ground level. Brush
and other vegetation that will not be incorporated with the soil during handling operations
shall be cut and removed. Ordinary sods and herbaceous growth, such as grass and weeds,
shall not be removed but shall be thoroughly broken up and intermixed with the soil during
handling operations.
204.03 Construction Requirements.
(a) Curb Backfill and Grading. After curbs have set sufficiently, they shall be backfilled
with approved material and graded so that no ponding will occur. Areas on which sidewalk
or driveways are to be constructed shall be compacted to 90% of maximum density as
measured by AASHTO T99 or ASTM D698 (Standard Proctor).
Upon completion of the construction of sidewalks, driveways, and other items of
construction within the construction limits, all areas to receive topsoil shall be excavated,
graded, backfilled and compacted as necessary to remove all depressions, ridges, soft areas,
waste concrete, and other items that will interfere with placement of the topsoil layer. All
slopes shall be excavated to a maximum slope of 1 vertical foot in 3 horizontal feet unless
otherwise noted in the plans or directed by the Engineer.
(b) Topsoil Placement. After the areas to receive topsoil have been prepared to the
satisfaction of the Engineer/City Engineer, topsoil placement may begin.
Topsoil shall be placed on all earth areas to a minimum depth of 4 inches unless shown
otherwise on the plans or directed by the Engineer/City Engineer. Topsoil shall be graded to
within l inch of finished elevation, and lightly compacted. Before placing seed all topsoiled
areas shall be lightly scarified and raked to remove rocks, sticks, roots, and other undesirable
materials as outlined in Section 204.02b.
204.04 Method of Measurement.
(a) Curb Backfill and Grading. Backfilling of curbs and grading of areas between the back
of curb and the construction limits will not be measured and is considered subsidiary to
excavation and embankment items.
(b) Topsoil. Topsoil furnished and placed will be measured by the square yard based on the
location. Measurement will be made to the street right-of-way or to the construction limits as
shown on the plans. Areas outside these limits disturbed by the Contractor restored in
accordance with these Specifications at no cost to the City.
204.05 Basis of Payment. Quantities completed, accepted, and measured as provided
above will be paid for at the Contract Price bid as follows:
ST -66
I
Standard Street and Drainage Specifications
(a) Topsoil will be paid for at the unit price bid per square yard (SY). Said price shall be full
compensation for excavating, stockpiling, hauling, placing, grading, and all other labor, tools,
and equipment to provide a layer of topsoil in accordance with the specifications.
1
I
Pay Item
Pay Unit
4" Topsoil Placement (Yard Areas) SY
4" Topsoil Placement (Other Areas) SY
Section 205. Undercut and Stone Backfill
i205.01 Description. This item shall consist of excavation and disposal of unsuitable
materials and furnishing, hauling, placing, spreading, consolidating and compacting stone
I materials as specified at locations designated on the Plans or as designated by the
Engineer/City Engineer.
If and where directed by the Engineer/City Engineer, unsuitable material encountered at the
proposed subgrade elevation shall be removed to the depth specified or directed by the
Engineer/City Engineer and backfilied with Stone Backfill as further defined herein.
1 205.02 Materials.
a) Stone Backfill. Stone for Stone Backfill shall be hard, durable, crushed stone aggregate,
as manufactured by local quarries, ranging in size from 11/2" (40mm) minimum to 6"
(150mm) maximum. Stone Backfill shall not contain more than 5% by weight of shale, slate
or other deleterious matter. The stone shall be uniformly graded and the amount passing the
5 11/2" (37.5 mm) sieve shall be not more than 10% by weight.
b) Aggregate Base Course Cap. When backfilling with Stone Backfill to subgrade
elevation, or to an elevation below subgrade when directed by the Engineer/City Engineer,
the top 4" to 6" (100 mm to 150 mm) shall be material complying with subsection 401,
"Aggregate Base Course" for Class 7 Aggregate Base Course.
W 205.03 Construction Requirements.
(a) Excavation. Excavation operations shall be conducted so necessary measurements can
be taken before replacing unsuitable material with approved backfill.
(b) Stone Backfill. The area shall be excavated and the Stone Backfill shall be placed within
the limits shown on the Plans or as designated by the Engineer/City Engineer. The excavated
materials shall be disposed of by the Contractor in compliance with these Specifications.
The stone may be dumped into the areas undercut without regard to depth of layer. The stone
shall be spread, shaped, and consolidated to the line and grade determined in the field by the
Engineer to provide a firm and unyielding foundation for the subgrade and/or subbase course
and/or base course.
I ST -67
I
City of Fayetteville
(c) Aggregate Base Course Cap. The Class 7 Aggregate Base Course Cap shall be
compacted per the requirements of subsection 401, "Aggregate Base Course".
205.04 Method of Measurement.
(a) Undercut and Stone Backfill will be measured by the ton of material placed and
consolidated or compacted according to the specifications and as directed by the
Engineer/City Engineer. Measurements of the excavated area will be taken by the
Engineer/City Engineer after excavation and before backfilling. The quantity of Undercut
and Backfill will be measured as In Place quantities. Measurement for undercut will begin at
subgrade elevation or one (1) foot below existing ground, whichever is lower.
(b) Aggregate Base Course Cap shall not be measured for separate payment but shall be
measured and paid for as Stone Backfill.
205.05 Basis of Payment.
(a) Undercut Excavation and Stone Backfill shall be paid for at the Contract Bid Price per ton
for Undercut and Stone Backfill. Said price shall be full compensation for excavation and
disposal of unsuitable material; for furnishing, hauling, placing, shaping and consolidating or
compacting material according to the plans and specifications; and for all labor, equipment,
tools, and incidentals necessary to complete the work. Excavation and backfill authorized by
the Engineer/City Engineer that is in excess of the volume occupied by the Stone Backfill
will be measured and paid for under the appropriate subsections of these Specifications for
the appropriate classifications of material.
(b) No payment will be made for this item if
The contractor does not notify the Engineer/City Engineer of potential areas requiring
undercut before excavating these areas.
An area that was previously stable becomes unstable due to actions of the contractor. These
causes include, but are not limited to, ponding of water and construction traffic.
The Contractor does not allow the Engineer/City Engineer sufficient time to measure the
undercut excavation volume before placing backfill material.
In addition, no payment will be made to remove and replace any embankment material
placed on unsuitable soil that subsequently requires removal and replacement.
Pay Item Pay Unit
Undercut and Stone Backfill
ST -68
Ton
I
Standard Street and Drainage Specifications
DIVISION 300. STORM DRAINAGE
Section 301. Storm Drainage Pipe
301.01 Description. This work consists of the construction or reconstruction of pipe
culverts, including excavation and backfill of storm sewer trenches.
301.02 Materials. All materials supplied under the requirements of this section shall meet
the requirements of Section 606 of AHTD Specifications. All reinforced concrete pipe shall
be Class III unless otherwise shown on the Plans or directed in the Specifications. Sizes and
gauges of corrugated metal pipe shall be as shown on the plans.
301.03 Construction Requirements.
(a) General. Unsuitable material excavated for storm sewer placement shall be disposed of
under Subsection 202.03(a). Suitable surplus excavated material shall be used in the
construction of embankments. Unsuitable excavated material below the designed bottom of
pipe elevation shall be replaced and compacted using approved material. Rock, hardpan, and
other unyielding material shall be excavated below the designed grade for a depth of 6 inches
minimum and 8 inches maximum. This extra depth excavation shall be backfilled with
approved bedding material. Trenches shall be excavated to a minimum width that allows for
proper jointing of the pipe and compaction of backfill material under and around the pipe.
The completed trench bottom shall be firm for its full length and width.
I. (b) Bedding. All storm sewer pipe shall be bedded with a minimum of 4 inches of approved
granular material. Bedding shall be placed to the required depth and shaped to conform to
the bottom configuration of the pipe.
(c) Laying Pipe. Pipe placement shall begin at the downstream end. Pipe shall be in contact
• with the shaped bedding throughout its full length. Bell or groove ends of concrete pipe and
outside circumferential laps of flexible pipe shall be placed facing upstream. Flexible pipe
shall be placed with longitudinal laps or seams at the sides.
Paved or partially lined pipe shall be laid so the longitudinal centerline of the paved segment
coincides with the flow line. Elliptical pipe shall be installed so the orientation of a vertical
plane through the longitudinal axis of the conduit does not vary more than 5 degrees from the
1 design orientation.
Pipe that is not in true alignment or that shows settlement after placement shall be removed
and re-laid at no cost to the City.
(d) Joining Pipe. The method of joining pipe sections shall be such that the ends are fully
entered and the inner surfaces are reasonably flush and even.
Pipe protruding through structure walls shall be cut off flush with the inside face of wall and
grouted.
IST -69
I
I
City of Fayetteville
All surfaces of the joint upon or against which joint seal gaskets may bear shall be smooth,
free of spalls, cracks, fractures, and imperfections that would adversely affect the
performance of the joint. A primer shall be applied if recommended by the manufacturer.
When preformed rubber gasket is selected by the Contractor, the gasket shall be the sole
element depended upon to make the joint flexible and watertight. The gasket shall be a
continuous ring that fits snugly into the annular space between the overlapping surfaces of
the assembled pipe joint to form a flexible watertight seal.
The gasket shall not be stretched more than 30% of its original circumference when seated on
the spigot or tongue end of the pipe.
When bitumen/butyl plastic gasket is selected by the Contractor, the following procedure
shall be used. The protective wrapping shall be removed from one side of the gasket. The
gasket shall be pressed firmly to the vertical shoulder of the pipe joint, end to end continuing
around the entire circumference of the joint. The remaining protective wrapping shall be
removed and the pipe forced into connection until material fills the joint space.
For either type of gasket used and to ensure an even and well filled joint, the final joining of
the pipe shall be accomplished by either pushing or pulling, by approved mechanical means,
each joint of the pipe as it is laid. In cold weather, when directed, the joint material shall be
warmed in a hot water bath, or by other approved methods, to the extent required to keep the
material pliable for placement without breaking or cracking.
(e) Backfilling. The pipe shall be backfilled with bedding material in 4 inch compacted lifts
to the springline. Pipe placed under roadways or driveways will then be backfilled with
aggregate base material meeting the requirements of Section 401 placed in 4 inch lifts
compacted to 95% of maximum density near optimum moisture as determined by AASHTO
T180 or ASTM D1557. Flowable fill in accordance with these specifications may be used
as an alternate to the aggregate base material. For the purpose of this section, roadway shall
be defined as back of curb to back of curb.
All other areas shall be backfilled with material free from lumps or clods placed in layers not
to exceed 6" at or near optimum moisture content and compacted with mechanical equipment
to 90% of the maximum density, as determined by AASHTO T 99 or ASTM D698, to the
limits shown on the plans. Pipe damaged during construction operations shall be replaced at
no cost to the City.
When the existing material excavated for the pipe trench is declared by the Engineer/City
Engineer as unsuitable for pipe backfill, this material shall be placed at other locations on the
job and used to backfill behind curbs and/or placed on the fill slopes. If the Engineer/City
Engineer determines that no suitable location exists on the job to utilize this material, the
Engineer/City Engineer may approve the material to be wasted at an appropriate location
outside the job limits. Material declared unsuitable for backfill shall be replaced with
suitable material from roadway excavation and/or off -site sources.
(f) Curtain walls for Flared End Sections. The foundation for curtain walls shall be
prepared to the required depth. For cast -in -place curtain walls, the forming, placement of
ST -70
.1
I
1
1
LI
r
1
I
'I
I
1
Standard Street and Drainage Specifications
reinforcing steel, and placement, finishing, and curing of concrete shall be according to the
applicable requirements of subsections 601' "Cast -in -Place Concrete" and 602, "Reinforcing
Steel". Precast curtain walls shall be installed according to the applicable requirements for
laying concrete pipe. Curtain walls shall not be measured for separate payment but shall be
' included with and subsidiary to Flared End Sections.
(g) Temporary Repairs for Roadway Cuts. All roadway cuts shall be temporarily or
permanently repaired in accordance with Section 405, "Asphalt Concrete Patching For
Maintenance of Traffic" within 24 hours of the completion of trench backfill for the work, or
segment of work, which required the excavation and/or cut.
I
[1
I
I
I
I
I
1
I
I
I
301.04 Method of Measurement. Storm drainage pipe of the type and size specified will
be measured by the linear foot (LF) measured parallel to the flowline of the pipe. Where
inlets, junction boxes, or other structures are included in lines of pipe, that length of pipe
extending to and flush with the inside of the structure wall will be included for measurement
but no other portion of the structure length or width will be so included. Whenever possible,
the lengths shown on the plans may be adjusted by the Engineer/City Engineer to
accommodate the pipe lengths available from the supplier that most nearly match the plan
lengths. Flared end sections for pipe culverts will be measured by the unit and will include
the curtain wall, complete in place.
301.05 Basis of Payment. Work completed, accepted, and measured as provided above
will be paid for at the Contract Price bid as follows:
(a) Pipe will be paid for at the unit price per linear foot (LF) for each type and size of pipe
and type of backfill specified; which price shall be full compensation for furnishing, hauling,
and installing the pipe; for material including joint filler for concrete pipe and connection
bands for metal pipe; for excavation and backfilling, including class 7 base as required, and
for all other labor, tools, and equipment necessary to complete the work.
(b) Flared End Sections (FES) will be paid for at the unit price per each (EA) for the type and
size of the flared end section specified; which price shall be full compensation for furnishing,
hauling, and installing the flared end sections; for material including joint filter for concrete
pipe and connection bands for metal flared end sections; for curtain walls complete in place;
for excavation and backfilling, including compacted backfill, and for all other labor, tools,
and equipment necessary to complete the work.
Payment will be made under:
ST -71
1
City of Fayetteville
Pay Item
"(Pipe Type and Material) Under Pavement
"(Pipe Type and Material)
" (FES Type and Material)
Pay Unit
LF
LF
EA
Section 302. Drop Inlets and Junction Boxes
302.01 Description. This item shall consist of the construction of drop inlets, junction
boxes, area inlets, and drop inlet extensions with rings and covers or grates and frames.
302.02 Materials.
(a) All concrete for this section shall conform to the requirements for Class A Concrete as
provided in Section 601.
(b) Reinforcing steel shall conform to the requirements of Section 602.
(c) Steel for welded steel grates and frames shall conform to the requirements of ASTM A
36.
(d) Iron castings for rings and covers, grates and frames, and other appurtenances shall
conform to the requirements of ASTM A 48, Class 30A. Bearing surfaces between rings and
covers or grates and frames shall be cast or machined with such precision that uniform
bearing shall be provided throughout the perimeter area of contact. Castings shall be of the
weight shown on the plans. Minimum weight of ring and lid shall be 275 pounds. The lid
shall include the standard City of Fayetteville logo according to the Standard Details.
(e) Unless otherwise specified, round inlets may be substituted for rectangular inlets. The
diameter of round inlets shall match the larger dimension of the rectangular inlet specified.
(f) Precast concrete units of the type, size, and designation shown on the plans may not be
used unless written permission is given by the City. Precast units shall be subject to the
requirements of AASHTO M 199. Units so manufactured must be certified by a professional
engineer registered in the State of Arkansas that they have been designed and manufactured
according to AASHTO Ml 99 and that they meet the requirements for HS20 loading. Joint
materials shall conform to Subsection 301.02.
(g) Curing Materials. Curing materials shall meet the requirements of Subsection 601.15.
302.03 Construction Requirements. Drop inlets, junction boxes, and drop inlet
extensions shall be constructed with either reinforced or non -reinforced concrete, as shown
on the plans.
Concrete shall not be placed until the Engineer/City Engineer has inspected the forms and the
placement of reinforcing steel and rings or frames.
ST -72
I
Standard Street and Drainage Specifications
Round monolithic drop inlets may have the floors cast monolithically with the walls. All
other concrete floors shall be placed at least 24 hours before beginning construction of the
walls. A longer period of time may be required if weather conditions make it necessary.
1
I
I
I
I
I
I
1
I
I
LI
n.
I
When completed, the concrete shall be cured as specified in Subsection 601.15.
Walls shall be constructed to form a tight joint with the floor and around the inlet and outlet
pipes. Pipes shall be cut flush with the inside surfaces of the wall.
Utility lines that are carried through the walls shall be protected in an approved manner to
avoid damage.
Faces of drop inlets and drop inlet extensions shall be placed as a part of the curb in order to
preserve the proper alignment.
Where specified on the plans, or as directed by the Engineer, back openings shall be installed
in drainage structures. Elevations of back opening shall be verified by the Engineer before
concrete is placed.
Precast concrete drop inlets or junction boxes may be used only by special permission of the
City. Inlet and extension tops and throats will be cast -in -place with no exceptions.
Precast reinforced concrete drop inlet or junction box sections shall be carefully set with
joints conforming to the requirements of Subsection 301.03(d).
Metal rings or frames shall be set accurately to the finished elevations so that no subsequent
adjustments will be necessary. They shall be set in a full mortar bed with firm bearing on the
walls or securely fastened to the forms so that no movement will occur when concrete is
placed around them.
Welded steel grates and frames shall be welded with %4" fillet welds, and painted in
accordance with the plans.
302.04 Backfilling. Backfill around inlets and junction boxes shall be with approved
material as defined in the following paragraphs. Backfilling of inlets and junction boxes
shall not begin until results of concrete cylinder tests demonstrate that concrete has reached
75% of specified strength. Backfill material shall be placed in layers not to exceed 4" in
depth and shall be compacted to 95% of maximum density as measured by AASHTO T 99
for soil materials or by AASHTO T 180 for aggregate base materials.
All structures or parts of structures that fall within the limits of the roadway (defined as
centerline to 1' behind the backs of curbs) shall be backfilled with aggregate base material
unless otherwise allowed in writing by the Engineer/City Engineer.
Structures in other areas shall be backfilled with approved material provided from on -site or
off -site areas.
ST -73
I
City of Fayetteville
Structures shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind,
and shall be reasonably free of such accumulations at the time of final inspection.
302.05 Method of Measurement. Drop inlets, junction boxes, and drop inlet extensions
will be measured by the unit. One drop inlet extension unit is measured at a 4' length. Each
unit shall consist of the concrete frame, the ring and grate, and any pipe required to form the
vertical portion of the drain including a standard elbow or tee.
302.06 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid each for Drop Inlets, Drop Inlet
Extensions, or Junction Boxes, of the size and type specified, which price shall be full
compensation for constructing drop inlets, drop inlet extensions, or junction boxes; for
furnishing, installing, and painting (if required), of rings and covers or grates and frames; for
excavation and backfill; and for all materials, labor, tools, equipment, and incidentals
necessary to complete the work.
Payment will be made under:
Pay Item Pay Unit
(Size) Drop Inlets (Type)
EA
(Size) Junction Boxes (Type)
EA
(Size) Area Inlet
EA
(Size) Drop Inlet Extension
EA
Back Openings
EA
Section 303. Concrete Box Culverts
303.01 Description. This work consists of constructing reinforced concrete box culverts,
in accordance with the details shown on the plans, and to the lines, grades, and dimensions
shown on the plans. This work also includes associated wingwalls and aprons at the ends of
the box culvert.
303.02 Materials. Concrete for reinforced concrete box culverts shall be class B in
accordance with Section 601 unless specified otherwise. Reinforcing steel shall be in
accordance with Section 602. Precast concrete box culverts shall be subject to the
requirements of AASHTO M 259-98 and AASHTO M 273-00. Units so manufactured must
be designed and certified by a professional engineer registered in the State of Arkansas that
the precast culvert(s) have been designed and manufactured according to AASHTO M 259-
988 and/or AASHTO M 273-00 for the site specific conditions and the requirements for
minimum HS20 live load.
303.03 Construction Requirements. Concrete box culverts shall be constructed on
firm, unyielding material. Unsuitable material found at the planned elevation of the box
bottom shall be removed and replaced with material acceptable to the Engineer/City Engineer
ST -74
I
I
I
I
I
I
I
I
1-1
I
I
I
Standard Street and Drainage Specifications
to provide an adequate foundation for construction of the box culvert. No concrete shall be
placed before approval of the subgrade by the Engineer/City Engineer.
Reinforcing steel and concrete for box culverts shall be provided and placed in accordance
with Sections 601 and 602 and as detailed on the plans. All concrete shall be placed in the
dry unless otherwise directed by the Engineer/City Engineer.
Precast box culverts shall be placed in accordance with Section 301.03.
Backfill material placed within the roadway limits (defined as centerline of roadway to 1'
behind the back of curb) or under driveways and parking lots shall be AHTD Class 7
aggregate base material or gravelly clay material, generally known as "hillside". Aggregate
base shall be placed in layers not to exceed 4" loose depth and shall be compacted to 95% of
maximum density as determined by AASHTO T 180 or ASTM D1557. "Hillside" material
shall be placed in layers not to exceed 8" loose depth and shall be compacted to 95% of
maximum density as determined by AASHTO T 99 or ASTM D698.
Backfill material placed in other areas shall be "hillside" material or other material that may
be approved by the Engineer/City Engineer. Backfill in these areas shall be placed in layers
not to exceed 8" loose depth and shall be compacted to 90% of maximum density as
determined by AASHTO T 99 or ASTM D698.
No backfill shall be placed against box culvert walls or on box culvert tops until the concrete
has cured for 14 days and until test cylinders show that the minimum specified strength has
been obtained.
Backfill shall be placed and compacted on both sides of the box culvert simultaneously.
303.04 Method of Measurement. Measurement will be by one of the following methods
as detailed below. The method to be used will be stated in the bid form.
(a) Lump Sum Method. No measurement will be made for this item. Payment will be on a
lump sum basis.
(b) Unit Price Method. Concrete box culverts will be measured by the linear foot (LF) of
box culvert constructed. Measurement will be taken at the centerline of the box culvert.
Wingwalls, headwalls, and other appurtenances will not be measured under this item but will
be considered as a separate lump sum item.
303.05 Basis of Payment.
(a) Lump Sum Method. Payment using this method will be on a lump sum basis. The lump
sum price shall include all labor, materials, equipment, and incidentals necessary to
completely construct each box culvert. Payment shall also include construction of all
wingwalls, headwalls, and other appurtenances, as shown on the plans, excavation, backfill,
and over excavation as necessary to provide a stable subgrade for box culvert construction.
ST -75
City of Fayetteville
(b) Unit Price Method. Payment using this method will be made at the per linear foot price
(LF) for box culvert completed, accepted and measured as provided above. The per lineal
foot price shall include all labor, materials, equipment, and incidentals necessary to
completely construct each box culvert. Payment shall also include excavation, backfill, and
over excavation as necessary to provide a stable subgrade for box culvert construction. This
per linear foot price shall not include construction of headwalls, wingwalls, and other
appurtenances. They will be paid on a lump sum basis for each box culvert.
Payment will be made under:
Pay Item Pay Unit
(Size) Cast -in -Place Concrete Box Culvert LS or LF
(Size) Precast Concrete Box Culvert LS or LF
Wingwalls & Appurtenances LS
Section 304. Vacant
Section 305. Open Channels
305.01 Description. This work consists of construction of open channels, including
earthen and concrete channels.
305.02 Channel Excavation. Channels shall be excavated to the lines and grades shown
on the plans. All constructed grades and slopes shall be within ± 0.1 feet of the plan grade.
Ponding or standing water in the constructed channel will not be allowed.
305.03 Earthen Channel Finishes. Earthen channels shall receive a 4" minimum layer
of topsoil meeting the requirements of Section 204. Topsoil shall be firmly compacted, then
the surface scarified in preparation for seed or sod. All rocks and clods larger than 1 inch in
diameter shall be removed before seeding or sodding operations begin. Seeding or sodding
as specified on the plans shall be accomplished according to the requirements of Section 505.
Erosion control fabric, if specified, shall be placed according to manufacturer's
specifications. Fabric shall be of the type specified unless an alternate type is approved in
writing by the City. The Contractor shall submit a sample of the alternate fabric type along
with specifications before such approval is granted.
305.04 Concrete Ditch Paving.
(a) Materials. Concrete for ditch paving shall be Class A concrete in accordance with
section 601.
ST -76
I
I
I
I
I
I
I
J
7
L.
I
I
I
Li
I
I
I
I
Standard Street and Drainage Specifications
(b) Construction Requirements.
1) Subgrade. The subgrade shall be excavated or filled to the required grade. Soft and
yielding material shall be removed and replaced with suitable material and the entire
subgrade shall be thoroughly compacted.
2) Forms. Forms shall be constructed of metal or wood, free from warp, and of
sufficient strength to resist springing during the process of depositing concrete. They
shall be securely staked, braced, set, and held firmly to the required line and grade.
Forms shall be cleaned and oiled before concrete is placed against them.
3) Placing and Finishing. The concrete shall be deposited in the forms upon a wetted
subgrade to such depth that when it is compacted and finished, the flow line shall be
at the required elevation and the sides at required widths, slopes, and thicknesses.
The concrete shall be thoroughly compacted and the edges along the forms spaded to
prevent honeycomb. The flow lines and sides shall be struck off with a straightedge
and tamped sufficiently to flush mortar to the surface, after which it shall be finished
with a wood float to a smooth and even surface. Edges shall be rounded with a '/4"
edger.
Transverse joints '/4" wide shall be tooled or sawed perpendicular to the flow line at
intervals not greater than 15' measured longitudinally along the flow line. Joints shall
continue across the bottom and up the slope to form a continuous joint. 3" diameter
weepholes shall be spaced at 10' intervals along the channel. These weepholes shall
be constructed in both channel walls a minimum of 6 inches and a maximum of 1 foot
above the channel flowline. Weepholes will not be required if the channel wall is less
than l' tall.
When completed, the concrete shall be cured as specified in Section 601.
4) Backfilling. Immediately after the forms have been removed, the spaces on each side
of the paving shall be backfilled with suitable material and compacted with
mechanical equipment. Solid sodding shall be placed in conjunction with backfill
when provided on the plans.
5) Expansion Joints. When a section of ditch paving terminates at a drop inlet or other
structure, a space not less than '/2" wide shall be left between the end of the paving
and the structure. This space shall be filled with joint filler conforming to the
requirements of AASHTO M 213. Expansion joints shall also be placed between
successive placements or as directed by the Engineer/City Engineer.
6) Placement on Slopes. Slope paving shall begin at the toe of the slope and be
constructed to the lines and dimensions as shown on the plans or as directed.
7) Toewalls. Concrete toewalls shall be constructed at the ends of all paved channels
that do not terminate at a concrete structure. Toewalls shall be a minimum of 8" thick
and 3' deep below the flowline of the channel, and shall be placed monolithically
with the concrete channel.
ST -77
I
City of Fayetteville
305.05 Method of Measurement.
(a) Excavation for earthen or concrete channels shall be measured by the cubic yard (CY) of
material removed. Quantities will be measured by cross sections taken before and after
excavation operations. Payment for plan quantity of channel excavation will be made unless
a change in the channel profile or cross section is made.
(b) Concrete channels will be measured by the square yard (SY) of concrete placed.
(c) Erosion control fabric will be measured by the square yard (SY) of area covered by
fabric. Overlaps, splices, and other additional fabric required for proper placement of fabric
according to manufacturers' specifications will not be measured.
305.06 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price per square yard for concrete channels and per
square yard for erosion control fabric. Said price shall be full compensation for placement
and finishing of concrete as specified, placement of erosion control fabric per manufacturer's
specifications, and all other labor, equipment, and materials necessary for a complete
installation of each item as detailed on the plans.
Excavation will be paid on a CY basis. The plan quantity will be considered the final
quantity for purposes of final payment, unless changes to the original design are made.
Payment for excavation shall include excavation and removal of material as required, grading
to proposed elevations, and all other items of work required to prepare proposed channel
areas for concrete or topsoil as required. Topsoil, seeding, and sodding as specified or shown
on the plans will be paid for under other items of work.
Payment will be made under:
Pay Item Pay Unit
Channel Excavation CY (Plan Quantity)
Concrete Channel Paving SY
Erosion Control Fabric SY
Section 306. Filter Blanket and Native Stone Riprap
306.01 Description. This item consists of a protective layer of native stone riprap,
including filter blanket.
306.02 Materials. Native sand stone for riprap shall be from an approved source in
Northwest Arkansas. Native stone riprap shall have angular or fractured faces, and shall not
weigh less than 140 pounds per cubic foot.
ST -78
I
Standard Street and Drainage Specifications
Riprap stone shall be well graded to produce a minimum of voids. The maximum size of
1 each piece shall be no greater than 18" in any dimension, and approximately 50% of material
shall consist of pieces weighing 35 pounds or more.
Filter blanket material shall consist of crushed stone reasonably well graded from coarse to
fine as approved by the Engineer/City Engineer, or shall be a synthetic geotextile filter fabric
meeting the requirements of AASHTO M288 for Erosion Control Class A.
306.03 Construction Requirements.
(a) General. Prior to placing filter blanket and riprap, the slopes shall be shaped as shown
on the plans. When rock or hard shale is encountered at the toe of the slope, the riprap shall
be keyed into this material the depth of the riprap.
Riprap shall be placed immediately following construction of the embankment in order to
provide slope protection. Maximum separation between stones of rip rap shall be 2 inches
horizontally.
(b) Filter Blanket. Granular filter blanket material shall be spread uniformly on the
previously prepared and approved surface to the thickness and location shown on the plans.
Placement of the material by methods that will cause segregation or cause damage to the
surface will not be permitted. Compaction of filter blanket will not be required, but it shall
be finished to present a reasonably even surface free from mounds or windrows.
When fabric is used in lieu of granular material, it shall be placed directly on the prepared
surface. Fabric sections may be placed vertically or horizontally on the slope. Adjacent
fabric sections shall be joined by overlapping a minimum of 2' at the edges and pinning the
overlapped strip with U-shaped wire pins, single shaped steel pins with metal disc heads, or
similar fasteners. The fasteners shall be 6" or more in length and shall hold the fabric firmly
•
in place. Fasteners shall be inserted through both strips of overlapped fabric at intervals of
approximately 4' along the overlap. Additional pins shall be installed as necessary to prevent
displacement of the fabric.
Fabric shall be overlapped in the direction of water flow. The fabric shall be turned down
and buried approximately 12" at the exterior limits.
No construction equipment will be permitted directly on the fabric.
(c) Dumped Riprap. Native stone riprap shall be placed in such a manner as to produce a
reasonably well graded mass of rock with the minimum practicable percentage of voids and
shall be constructed to the lines and grades shown on the plans or as directed by the
Engineer/City Engineer. Unless otherwise specified, the minimum rip -rap depth shall be 18
1
inches. Material shall be placed in such a manner as to avoid displacing the underlying
material. The larger pieces shall be well distributed throughout the entire mass and the
finished riprap shall be free from objectionable pockets of small or large pieces. Hand
1
placing, to a limited extent, may be required, but only to the extent necessary to secure the
results specified above. Placing riprap by dumping into chutes or by similar methods likely
to cause segregation of various sizes will not be permitted.
ST -79
I
City of Fayetteville
Native stone riprap shall not be deposited in a manner that will cause damage to the filter
blanket. Any damage to fabric during placement of riprap shall be corrected by the
Contractor at no cost to the City prior to proceeding with the work. Damaged fabric shall be
repaired by placing a piece of fabric large enough to cover the damaged area, overlapping,
and pinning in accordance with this section.
306.04 Measurement and Payment. Quantities of 18" thick rip -rap will be measured
by the square yard (SY). Filter blanket will not be measured.
Payment for quantities of rip -rap completed and accepted and measured as provided above
will be paid for at the unit contract price bid per square yard. Said price shall be full
compensation for excavation and grading, placement of filter fabric, and placement of the
rip -rap to the lines, grades, and depth specified.
Payment will be made under:
Pay Item Pay Unit
Native Stone Rip Rap SY
Section 307. Flowable Select Material
307.01 Description. This item shall consist of the furnishing, mixing, and placing a
flowable mixture of portland cement, fly ash, sand, and water for backfilling bridge
abutments, pipe culverts, box culverts, structural plate pipe and arches, or other uses as
approved by the Engineer/City Engineer. The material shall be placed in close conformity
with the lines, grades, dimensions, and details shown on the plans or established by the
Engineer.
307.02 Materials. The materials used in the flowable select material shall conform to the
applicable requirements of Section 601. The portland cement, fly ash, and chemical
admixtures shall be listed on the QPL.
(a) Mix Design. The mix design will be prepared by the Contractor. The mixture will be
proportioned to produce a flowable mixture without segregation. Material for one cubic yard,
absolute volume, shall be as follows:
Cement 80 - 100 lbs.
Fly ash 220 - 300 lbs.
Sand Variable to equal one cubic yard
Water Approximately 65 gallons
The minimum flow of the mixture shall be 8" as determined by the test method described
herein. The unit weight shall be a minimum of 110 lbs./cubic foot. The mix design shall be
accompanied by the following documentation:
• A listing of the weights of all components of the proposed mix (water and admixtures
may be measured by volume);
ST -80
I
I
I
I
I
I
I
1
I
I
I
I
Standard Street and Drainage Specifications
• Certified test results for flow and unit weight.
When unsatisfactory results or other conditions make it necessary, a new mix design will be
established.
(b) Sampling and Testing. Sampling and testing will be performed by the City. The flow
test shall consist of filling a 3" diameter x 6" high open-ended cylinder to the top with the
flowable material mixture. If necessary, the top of the mixture will be struck off level. The
cylinder will then be pulled straight up and the flow will be measured by the approximate
diameter of the mixture. There shall be no evidence of segregation in the mixture. The unit
weight shall be determined according to AASHTO T 121, except that rodding and tapping
shall not be done.
307.03 Construction Requirements. The Contractor shall provide sufficient
supervision, labor, equipment, tools, and materials to assure proper production, delivery, and
placement. When deemed necessary by the Engineer/City Engineer, the flowable select
material shall be contained within the designated area by metal or wood forms that are
sufficiently tight as to keep the loss of material to a minimum, or by other means as approved
by the Engineer/City Engineer. The flowable select material shall be discharged from the
mixer and conveyed into the space to be filled according to Section 601. The fill material
shall be brought up uniformly to the fill line shown on the plans or as directed by the
Engineer/City Engineer. Placing of other material over flowable select material may begin
after the flowable select material has taken its initial set, is stable, and does not displace
under equipment.
307.04 Method of Measurement. Flowable Select Material will be measured by the
cubic yard. The quantities shown included in the proposal will be considered the final
quantities and no further measurement will be made unless, in the opinion of the Engineer or
upon evidence furnished by the Contractor, substantial variations exist between the planned
quantities and actual quantities due to changes in alignment or dimensions or to apparent
errors.
307.05 Basis of Payment. Work completed, accepted, and measured as provided above
will be paid for at the contract unit price bid per cubic yard for Flowable Select Material,
which price shall be full compensation for designing the mix; for furnishing, mixing, and
placing the material; and for all labor, equipment, tools, and incidentals necessary to
complete the work.
Payment will be made under:
Pay Item Pay Unit
Flowable Select Material CY
ST -81
1
City of Fayetteville
DIVISION 400. BASE AND PAVING
Section 401. Aggregate Base Course
401.01 Description. This work consists of preparing an aggregate base course on a
prepared foundation.
401.02 Materials. Materials for aggregate base course shall meet the requirements of the
AHTD Standard Specifications (2003) Section 303 for Class 7.
401.03 Construction Requirements. The base course material shall be placed on a
completed and approved subgrade or existing base that has been bladed to substantially
conform to the grade and cross section shown on the plans.
The subgrade shall be prepared as specified in Section 203 and shall be free from an excess
or deficiency of moisture at the time of placing base course material. The subgrade shall also
comply, where applicable, with the requirements of other items that may be contained in the
Contract that provide for the construction, reconstruction, or shaping of the subgrade or the
reconstruction of the existing base course. Base course material shall not be placed on a
frozen subgrade or subbase.
The aggregate shall be placed on the subgrade or other base course material and spread
uniformly to such depth and lines that when compacted it will have the thickness, width, and
cross section shown on the plans. Unless otherwise specified or directed, base material shall
extend full depth to 1' beyond the planned back of curb line.
If the specified compacted depth of the base course exceeds 8" the base shall be constructed
in two or more layers of approximately equal thickness.
The material shall be spread the same day that it is hauled. Spreading shall be performed in
such a manner that no segregation of coarse and fine particles nor nests or hard areas caused
by dumping the aggregate on the subgrade will exist. Care shall be taken to prevent mixing
of subgrade or unspecified material with the base course material in the blading and
spreading operation.
When the base course is placed adjacent to an existing or newly constructed asphalt surface
course or portland cement concrete pavement, the aggregate shall not be dumped or mixed on
the pavement surface. Mechanical spreading equipment shall be used, if necessary, to place
the base course on the subgrade.
Each course shall be thoroughly mixed for the full depth of the course and shall be
compacted by any satisfactory method that will produce the density specified. The aggregate
shall be maintained substantially at optimum moisture during the mixing, spreading, and
compacting operations. The specified grade and cross section shall be maintained by blading
throughout the compaction operation. The material in each course shall be compacted to a
density, not less than 98% of the maximum density determined in the laboratory by
I
I
I
I
I
I
1
I
I
I
I
I
I
IJ
I
ST -82 I
I
1
I
I
C
I
I
I
I
I
I
I
I
I
I
I
I
I
Standard Street and Drainage Specifications
AASHTO T 180 or ASTM D1557. The aggregate shall be compacted across the full width
of application.
The compacted base course shall be tested for depth and any deficiencies corrected by
scarifying, placing additional material, mixing, reshaping, and recompacting to the specified
density, as directed. The base course shall be shaped for its full width to the required grade
and cross section. The finished base course layer shall not vary at any point by more than .02
foot from the prescribed elevation.
The Contractor shall maintain the base course in a satisfactory condition until accepted.
401.04 Method of Measurement. Aggregate base course will be measured in square
yards of material in place per the plans. Measurement will include areas up to 1 foot behind
the backs of curbs if required on the plans. Aggregate base course placed beyond 1 foot
behind the back of curbs will not be measured.
401.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per square yard for Aggregate Base
Course, which price shall be full compensation for preparing the subgrade; for furnishing
material; for spreading; finishing, watering, manipulating, and compacting; and for all labor,
equipment, tools, and incidentals necessary to complete the work.
Pay Item Pay Unit
(Depth) Aggregate Base Course SY
Section 402. Prime and Tack Coats
402.01 Description. This work consists of preparing and treating an existing surface with
asphalt or emulsified petroleum products and, if required, blotter material.
402.02 Materials.
(a) Asphalt. Asphalt cement shall meet the requirements of AASHTO M 20 or M 226.
(b) Emulsified Asphalt. Emulsified asphalt shall meet the requirements of AASHTO M 140
or M 208.
(c) Emulsified petroleum products. Emulsified petroleum products, "EPR-1 Prime" or
approved equal, may be used as the Prime Coat when indicated on the Plans or approved by
the Engineer/City Engineer.
(d) Blotter Material. Aggregate for blotter material shall meet the requirements of
AASHTO M 43 for size 10.
ST -83
I
City of Fayetteville
Asphalt will be conditionally accepted at the source. Blotter material may be accepted in the
stockpile, at the source, or at the roadway prior to placement.
402.03 Construction Requirements.
(a) Weather Limitations. Prime and tack coats shall not be applied on a wet surface, when
the surface temperature is below 45 degrees F, or when weather conditions would prevent the
proper construction of the prime or tack coat.
(b) Equipment. The contractor shall provide equipment for heating the asphalt and
uniformly applying the asphalt and blotter material. The distributor shall be capable of
uniformly distributing prime and tack coats at even temperatures on variable surface widths
at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard.
Distributor equipment shall include a tachometer, pressure gages, volume measuring devices
or a calibrated tank, and a thermometer for measuring temperatures of tank contents.
(c) Preparation of Surface. Surfaces to be primed shall be shaped to the required grade and
section, free from all ruts, corrugations, segregated material, or other irregularities and
uniformly compacted and broomed. Surfaces to receive tack coat shall be free of dirt, gravel,
and other debris and shall be thoroughly washed and broomed to produce a clean and dry
surface.
(d) Application of Asphalt. Asphalt shall be applied by a pressure distributor in a uniform,
continuous spread. When traffic is maintained, not more than '/2 the width of the section
shall be treated in one application. Care shall be taken so the application of asphalt at the
junctions of spreads is not in excess of the specified amount. Excess asphalt shall be
squeegeed from the surface. Skipped areas or deficiencies shall be corrected. Building paper
shall be placed over the end of the previous applications, and the joining application shall
start on the building paper. Building paper used shall be removed and satisfactorily disposed
of.
When traffic is maintained, one-way traffic shall be permitted on the untreated portion of the
roadbed. After the asphalt has been absorbed by the surface and will not pick up, traffic shall
be transferred to the treated portion and the remaining width of the section shall be primed.
The quantities, rate of application, temperatures, and areas to be treated shall be approved
before application of the prime or tack coat.
(e) Emulsified petroleum products Emulsified petroleum products, "EPR-1 Prime" or
approved equal, where indicated on the Plans or approved by the Engineer/City Engineer as
the Prime Coat shall be installed per the Manufacturer's recommendations and as follows:
Required Field Dilution Rate — 3 parts water to I part EPR-1 PRIME (Note:
Verification samples will be obtained prior to dilution); (b) Minimum required
Application Rate -- 0.30 gallons per square yard.
ST -84
1
Standard Street and Drainage Specifications
(f) Application of Blotter Material. If the prime coat fails to penetrate within the time
• specified and the roadway must be used by traffic, blotter material shall be spread in the
quantities required to absorb any excess asphalt.
1(g) Prime Coats not required. Unless indicated or directed otherwise, prime coats will not
be required when the initial asphalt course placed upon the aggregate is a minimum of 4
inches in thickness.
1
402.04 Measurement and Payment. Prime coat, when required, will be measured and
I
paid for per square yard of material placed at the required application rate. Tack coat will
not be measured and will be subsidiary to other items. Blotter material will not be measured
but will be subsidiary to other items.
IPay Item Pay Unit
I
Prime Coat SY
I Section 403. Asphalt Concrete Hot Mix
I403.01 Description. This item consists of furnishing and placing asphalt concrete hot mix
. of the type specified on a prepared foundation.
403.02 Materials, Design, and Quality Control of Marshall Mixes
(a) Materials. Materials for Asphalt Concrete Binder Course shall meet the requirements of
Section 406 of the AHTD Standard Specifications Edition of 1996. Materials for Asphalt
Concrete Surface Course shall meet the requirements of Section 407 of the AHTD Standard
Specifications Edition of 1996, modified as follows:
I
All surface courses serving as wearing courses in travel lanes and not covered with a friction
course shall contain not more than 60% limestone aggregate in the course mineral aggregate
fraction. If and where so indicated in the Plans and the Bid for Unit Price Contract, and
I
where the surface course is installed by two or more lifts, then the surface course(s) which
shall be installed beneath the final lift of the wearing course may be an all limestone course
aggregate mix otherwise complying with Section 409 of the AHTD Standard Specifications
Edition of 1996 and subject to the review and acceptance by the Engineer and Owner.
(b) Design and Quality Control Requirements Design and quality control of Marshall
• ' mixes shall be as specified in Section 404 of the AHTD Standard Specifications Edition of
1996.
I
(c) Materials and Equipment for Asphalt Concrete Plant Mix Courses Materials and
equipment for asphalt concrete plant mix courses shall meet the requirements of Section 409
of the AHTD Standard Specifications Edition of 2003.
I ST -85
City of Fayetteville
403.03 Materials, Design, and Quality Control of Superpave Mixes
(a) Materials. Materials for Asphalt Concrete Binder Course shall meet the requirements of
Section 406 of the AHTD Standard Specifications Edition of 2003. Materials for Asphalt
Concrete Surface Course shall meet the requirements of Section 407 of the AHTD Standard
Specifications Edition of 2003, modified as follows:
All surface courses serving as wearing courses shall fully comply with Section 409 of the
AHTD Standard Specifications Edition 2003. If and where so indicated in the Plans and the
Bid for Unit Price Contract, and where the surface course is installed by two or more lifts,
then the surface course(s) which shall be installed beneath the final lift of the wearing course
may be an all limestone course aggregate mix otherwise complying with Section 409 of the
AHTD Standard Specifications Edition 2003 and subject to the review and acceptance by the
Engineer and Owner.
(b) Design and Quality Control Requirements. Design and quality control of Superpave
mixes shall be as specified in Section 404 of the AHTD Standard Specifications Edition of
2003.
(c) Materials and Equipment for Asphalt Concrete Plant Mix Courses. Materials and
equipment for asphalt concrete plant mix courses shall meet the requirements of Section 409
of the AHTD Standard Specifications Edition of 2003, except for the requirements of Section
409.04(b) is at the contractor's option. If a material transfer device is used, the requirements
of Section 409.04(b) shall apply.
403.04 Construction Requirements.
(a) Description. The methods employed in performing the work shall be at the Contractor's
option. When the production and/or placement of the material does not comply with the
specifications, the Contractor shall make the changes necessary to bring the work into
compliance.
(b) Pre -Placement Conference. Unless waived by the Engineer, prior to the start of
paving operations the Contractor shall conduct a Pre -Placement Conference involving the
Contractor's personnel and the Engineer and City's personnel. The Contractor's proposed
plant, delivery, laydown, compaction, and equipment shall be discussed and, if deemed
necessary by the City, all the equipment inspected. The accepted mix designs and materials
to be used shall be discussed. The proposed mixing and compaction temperatures, sampling
and testing plan, haul route, rolling pattern, and other pertinent information shall be
discussed. The Pre -Placement Conference and all items discussed shall be documented by
the Contractor and furnished to the Engineer within ten calendar days after the Pre -Placement
Conference.
(c) Preparation of Mixture. The aggregates, mineral filler, and asphalt binder shall be
measured separately and accurately mixed in the proper proportions according to the mix
design. The aggregates shall be thoroughly coated and the mixture shall not show an excess
or deficiency of asphalt binder, injury or damage due to burning or overheating, or an
improper combination of aggregates. The continuous production of ACHM shall be within
ST -86
I
I
I
I
Standard Street and Drainage Specifications
plus or minus 25° F (14° C) of the mixing temperature shown on the approved mix design.
Momentary temperature spikes shall be kept to a minimum.
(d) Preparation of Base or Existing Surface. Newly constructed base courses or subgrade
shall be prepared as set forth in the specification item covering such items.
Prior to placing asphalt base, binder, or surface courses, all required corrections of the
existing pavement or base, such as filling potholes, sags, and depressions, or alterations of
the existing pavement crown, shall be made. Such corrections shall be accomplished by
placing asphalt binder or surface course mixtures at the location and in a manner as directed
by the Engineer/City Engineer. Asphalt material used for wedging or leveling courses, or for
fillings holes, may be placed by hand, blade grader, or mechanical spreader methods. The
mixture shall be featheredged to a smooth and even surface around the edges of these areas.
I
Prior to arrival of the mixture on the work, the prepared surface shall be cleaned of all loose
and foreign materials and primed or tack coated as specified. Excessive joint and crack filler
shall be removed before application of the prime or tack coat. The mixture shall not be
I
placed on a surface that shows evidence of free moisture.
Contact surfaces of curbing, gutters, manholes, and other structures shall be painted with a
I
thin coating of rapid curing cutback asphalt or emulsified asphalt. No direct compensation
will be made for this work.
I
l
I
I
I
I
1
1
If the earlier course has been contaminated with dirt or other foreign materials, or when the
time lapse between courses is in excess of 72 hours, the earlier course shall be cleaned and
given a tack coat prior to placing the succeeding course. If directed by the Engineer/City
Engineer, a tack coat shall be used even though the lapsed time has been less than 72 hours.
(e) Transporting. The mixture shall be transported from the mixing plant to the work in
vehicles with clean tight beds.
When the mixture is being hauled more than 15 miles or when the mixture is being placed
between November 1 and April 1, the beds of the vehicles shall be covered with canvas or
other suitable material to retard loss of heat. The cover shall extend over the sides and ends
or the truck bed and shall be securely fastened. When the mixture is being hauled less than
15 miles the cover shall be stored on the truck at all times to be utilized when overtaken by
sudden rains.
No loads shall be sent so late in the day as to interfere with spreading and compacting the
mixture during daylight hours unless adequate artificial lighting is provided.
Sufficient haul vehicles and plant production rate shall be maintained to the project to
provide a continuous operation on the roadway.
Only non -petroleum release agents approved by the Engineer/City Engineer shall be used in
haul trucks.
ST -87
City of Fayetteville
(f) Spreading and Finishing. The mixture shall be placed on an approved surface, spread,
and struck off to the line, grade, and elevation established. The mixture shall be placed only
on a base that shows no evidence of free moisture, and only when weather conditions are
suitable.
The mixture from all types of plants should be delivered to the paver within the
recommended compaction temperature range as shown on the approved job mix design.
These recommended temperatures should be used in placing and compacting the material. In
addition, surface and binder course mixtures shall not be placed on the roadway at a
temperature lower than 250° F.
The paver shall uniformly distribute and compact the mixture in front of the screed for the
full width being paved. The screed or strike -off assembly shall effectively produce a finished
surface of smooth and uniform texture without tearing, shoving, or gouging the mixture. The
paver shall be operated at forward speeds consistent with satisfactory laying of the mixture.
The speed of the paver shall be matched with the plant production rate and number of hauling
units. Stop and go operation of the paver is to be avoided.
The longitudinal joint in one layer shall offset that in the layer immediately below by
approximately 6". In general, the joint in the top layer shall be at the centerline of the
pavement if the asphalt is placed in 2 passes or less, or at lane lines if the asphalt is placed in
more than 2 passes.
(g) Rolling and Density Requirements and Joints. The mixture, after being spread, shall
be thoroughly compacted by rolling as soon as it will bear the weight of the rollers without
undue displacement.
At the beginning of placement of each mix design, the Contractor shall establish an optimum
rolling pattern that will achieve the specified density for the mix being placed. The
Contractor may continue with paving operations while the optimum rolling pattern is being
established. The established rolling pattern shall be used for compacting all mix placed
unless a change in the job mix formula occurs or unacceptable results are obtained.
Whenever a change in the job mix formula occurs, or when the compaction method or
equipment is changed, or when unacceptable results are obtained, a new optimum rolling
pattern shall be established.
The number, weight, and type of rollers, and the optimum rolling pattern shall be such that
the specified density and surface requirements are consistently attained while the mixture is
in a workable condition. Final approval of the rollers and the rolling pattern will be based
upon satisfactory performance and the ability to compact the mixture to the specified density
and surface requirements. Rollers that produce excessive crushing of aggregate particles will
not be permitted.
When using vibratory rollers, the Contractor shall exercise due caution to prevent any
deterioration of the material caused by excessive rolling or vibration. Vibratory rollers shall
be operated in such a manner that overlap of adjacent passes shall be held to a minimum.
Vibration shall not be used on courses less than 1 Y2" thick.
ST -88
LI
IStandard Street and Drainage Specifications
Rolling shall start longitudinally at the low edge and proceed toward the higher portion of the
mat. When paving in echelon or abutting the previously placed lane, the longitudinal joint
shall be rolled first followed by the regular rolling procedure. Alternate passes of the roller
shall be terminated at least 3' from any preceding stop. Rolling on superelevated curves shall
I
progress from the low side. Rollers shall not be stopped perpendicular to the centerline of
the traveled way.
I
I
1
I
fl
I
I
I
I
LI
L
I
I
The speed of the roller shall be slow enough to avoid displacement of the hot mixture, and in
no case more than 3 mph. The roller shall be operated in such a manner that no displacement
of the mat will occur. Rolling shall proceed continuously until the required density is
attained and all roller marks are eliminated, leaving the surface smooth and uniform and the
required density attained. To prevent adhesion of the asphalt mixture to the rollers, the
rollers shall be kept moist for the full width of the rollers, but excess water will not be
permitted.
Rollers shall not pass over the unprotected end of a freshly laid mixture. Transverse joints
shall be formed by cutting back on the previous run to expose the full depth of the course. A
brush coat of asphalt material shall be used on contact surfaces of transverse joints just
before additional mixture is placed against the previously placed material.
(h) Weather Limitations. Bituminous mixtures shall not be placed on any wet or frozen
surface or when weather conditions otherwise prevent the proper handling and finishing of
the mixture.
Bituminous mixtures may only be placed when either the ambient air temperature or the road
surface temperature is equal to or greater than that shown in the table.
Regardless of the temperatures herein specified, paving will not be allowed unless specific
density, either by percent of field mold density or by rolling procedure, can be achieved
before the bituminous mixture cools to 175 degrees Fahrenheit.
Bituminous Placement Temperature Limitations:
Paving Course
Thickness
(Inches)
Min. Air
Temperature
(Degrees F.
Min. Road Surface
Temperature
(Degrees F.)
Surface
All
45
45
Subsurface
Less than 3
40
45
Subsurface
3 or more
30
35
403.05 Acceptance of Pavement and Adjustments in Payment.
(a) Marshall Mixes. Acceptance of asphalt payment designed using the
shall be according to Section 410.09 of the AHTD Standard Specification
except as modified herein.
ST -89
Marshall Method
s Edition of 1996
City of Fayetteville
(b) Superpave Mixes Acceptance of asphalt payment designed using Superpave Methods
shall be according to Section 410.09 of the AHTD Standard Specifications Edition of 2003
except as modified herein.
403.06 Modifications and Augmentations of AHTD Standard Specifications.
Modifications and augmentations of AHTD Standard Specifications detailed in this
subsection apply to both the 1996 and 2003 Editions of the Standard Specifications.
Samples for all properties except density, thickness, and the investigation of segregation shall
be obtained from trucks at the plant. The contractor/testing agency shall clearly mark the
load ticket of each sampled truck to indicate that the load has been sampled.
The Contractor shall provide the straight -edge for use in pavement smoothness testing.
Sublot sizes for density and depth measurements will be 500 tons, and lot sizes will be 3000
tons. Locations for cores to be taken for density and depth testing will be determined using
AHTD Test Method #465.
Compliance, price reduction, and rejection limits for density will be in accordance with Table
410-1 of the AHTD Standard Specifications. Calculations of price reductions will be in
accordance with 410.09(d)(5) of the AHTD Standard Specifications. For asphalt that is
outside the limits shown as lot rejection limits but within the limits shown as sublot rejection
limits in Table 410-1, the City shall determine if that mix shall be removed at the contractor's
expense or left in place without pay to contractor.
When Measurement and Payment of asphalt is on a Per Square Yard basis, the square
yardage of asphalt will be converted to tons using accepted practices for purposes of
determining lot and sublot sizes and for price reduction calculations.
All asphalt that is outside the limits shown as sublot rejection limits shall be removed in
accordance with this section.
For small projects (less than 1500 tons total) price reduction amounts shall be reduced to
50% of the amounts specified in Section 410 of the AHTD Standard Specifications.
Thickness of the finished asphalt will be monitored by measuring the thickness of the density
cores taken. The average of all depth measurements shall not be less than the required depth
shown on the plans. Depth of any core in excess of plus three -eighths inch (+ 3/8") will not
be used in computing the average depth. If the average depth is less than the required depth,
it will be corrected by overlaying with additional ACHM surface, or as directed by the
Engineer/City Engineer.
In addition, thickness of individual cores shall not be less that 3/8" less than the plan depth.
The method for determining the limits of removal for density or depth is as follows: If a
single core test falls outside of the limits shown as "Sublot Rejection Limits" in 410-1, two
additional tests shall be run in close proximity (within three feet). If the average of these
three tests is within the sublot rejection limits in Table 410-1, then this average shall become
ST -90
I
Standard Street and Drainage Specifications
the value for the density of this sublot. if the average of the three tests is still outside of the
sublot rejection limits, tests shall be run at 50 -foot intervals in both directions until results are
found that are within the sublot rejection limits.
All asphalt that is outside of the limits shown as sublot rejection limits as determined by the
above method shall be removed and replaced. After replacement, a core shall be taken in the
replacement asphalt and the density determined. The average of this density test and the two
isolation tests shall become the density for the sublot.
The contractor shall do all coring and testing for density and depth at no additional cost to the
I
City. The City may require additional cores cut for verification of the contractor's test.
Verification testing will be paid for by the City.
When lots and sublot divisions for initial and final courses do not coincide, the Contractor
I
may be required to take additional samples (full -depth) at his expense to determine asphalt
thickness. Locations of such cores shall be approved by the Engineer.
Section 410.10 of the AHTD Standard Specifications will not be used under this contract.
403.07 Method of Measurement. Measurement will be by one of the following methods
as detailed below. The method to be used will be stated in the bid form.
Asphalt concrete hot mix (ACHM) will be measured by either:
(a) the ton, or
(b) the square yard (SY)
of material in place and as indicated on the Plans and the Bid for Unit Price Contract.
Asphalt concrete hot mix (ACHM) where indicated to be measured by the ton will be
substantiated by weight tickets, which shall be submitted to the City at the time of asphalt
delivery. Deductions for asphalt placed in areas not designated in the plans and not directed
I
by the Engineer/City Engineer or for asphalt placed at depths more than 1/8" over plan depth
will be made at the discretion of the Engineer/City Engineer. Measurement of these
deductions will be by a method deemed appropriate by the Engineer/City Engineer.
1 Asphalt concrete hot mix (ACHM) where indicated to be measured by the square yard (SY)
will be substantiated by surface area measurements of asphalt concrete hot mix in place.
I
Deductions for asphalt placed in areas not designated in the plans and not directed by the
Engineer/City Engineer will be made at the discretion of the Engineer/City Engineer.
Measurement of these deductions will be by a method deemed appropriate by the
I
Engineer/City Engineer.
403.08 Basis of Payment. Payment will be based upon the method of measurements and
I
by one of the following methods as detailed below.
Asphalt concrete hot mix will be paid for by either:
I ST -91
I
City of Fayetteville
(a) Per ton: at the contract unit price bid per ton of material placed in plan locations;
said price shall include furnishing mix designs, furnishing material, for heating, mixing,
hauling, placing, rolling, finishing, and for all other labor, equipment, tools, and incidentals
necessary to complete the work, or
(b) Square yard (SY): at the contract unit price bid per (depth asphalt concrete hot
mix) square yard (SY) of material placed in plan locations; said price shall include furnishing
mix designs, furnishing material, for heating, mixing, hauling, placing, rolling, finishing, and
for all other labor, equipment, tools, and incidentals necessary to complete the work,
as indicated on the Plans and the Bid for Unit Price Contract.
Payment will be made under:
Pay Item Pay Unit
Asphalt Concrete Hot Mix Ton
Binder Course (ACHMBC)
Asphalt Concrete Hot Mix Ton
Surface Course (ACHMSC)
OR
Pay Item Pay Unit
(Depth) Asphalt Concrete Hot Mix SY
Binder Course (ACHMBC)
(Depth) Asphalt Concrete Hot Mix SY
Surface Course (ACHMSC)
Section 404. Asphalt Concrete Hot Mix Base Course
404.01 Description. This item shall consist of a base course constructed on an accepted
course according to these specifications and in substantial conformity with the lines, grades,
and typical cross sections shown on the plans.
404.02 Materials. The materials and equipment shall comply with the requirements of
Asphalt Concrete Hot Mix Base Course (Section 405 of the AHTD Standard Specifications).
404.03 Construction Requirements. Construction requirements shall comply with the
requirements of Asphalt Concrete Hot Mix Base Course (Section 405 of the AHTD Standard
Specifications).
404.04 Method of Measurement. Measurement will be by one of the following methods
as detailed below. The method to be used will be stated in the bid form.
ST -92
n
I
1
I
I
I
I
I
ri
I
LI
I
I
I
I
L
I
I
Standard Street and Drainage Specifications
Asphalt concrete hot mix base course will be measured by either:
(a) the ton, or
(b) the square yard (SY)
of material in place and as indicated on the Plans and the Bid for Unit Price Contract.
Asphalt concrete hot mix base course where indicated to be measured by the ton will be
substantiated by weight tickets, which shall be submitted to the City at the time of asphalt
delivery. Deductions for asphalt placed in areas not designated in the plans and not directed
by the Engineer/City Engineer or for asphalt placed at depths more than 1/8" over plan depth
will be made at the discretion of the Engineer/City Engineer. Measurement of these
deductions will be by a method deemed appropriate by the Engineer/City Engineer.
Asphalt concrete hot mix base course where indicated to be measured by the square yard
(SY) will be substantiated by surface area measurements of asphalt concrete hot mix in place.
Deductions for asphalt placed in areas not designated in the plans and not directed by the
Engineer/City Engineer will be made at the discretion of the Engineer/City Engineer.
Measurement of these deductions will be by a method deemed appropriate by the
Engineer/City Engineer.
404.05 Basis of Payment. Payment will be based upon the method of measurements and
by one of the following methods as detailed below.
Asphalt concrete hot mix base course will be paid for by either:
(a) Per ton: at the contract unit price bid per ton of material placed in plan locations;
said price shall include furnishing mix designs, furnishing material, for heating, mixing,
hauling, placing, rolling, finishing, and for all other labor, equipment, tools, and incidentals
necessary to complete the work, or
(b) Square yard (SY): at the contract unit price bid per (depth asphalt concrete hot
mix) square yard (SY) of material placed in plan locations; said price shall include furnishing
mix designs, furnishing material, for heating, mixing, hauling, placing, rolling, finishing, and
for all other labor, equipment, tools, and incidentals necessary to complete the work,
as indicated on the Plans and the Bid for Unit Price Contract.
Payment will be made under:
Pay Item Pay Unit
Asphalt Concrete Hot Mix Ton
Base Course
ST -93
City of Fayetteville
OR
Pay Item Pay Unit
(Depth) Asphalt Concrete Hot Mix SY
Base Course
Section 405. Asphalt Concrete Patching for Maintenance of Traffic
405.01 Description. This item shall consist of an asphalt concrete material composed of
mineral aggregate and asphalt binder for use in patching to maintain traffic including
temporary repairs for roadway cuts. This item shall be placed for all roadway cuts unless
directed otherwise by the Engineer/City Engineer. This item will be placed for other
maintenance of traffic if and where directed on the plans or by the Engineer/City Engineer.
405.02 Materials and Composition. Materials and equipment shall conform to the
requirements of AHTD Standard Specification Section 403 (ACHM Surface Course) or
Section 411 of AHTD Standard Specifications (Asphalt Concrete Cold Plant Mix).
405.03 Construction Requirements. Construction requirements shall conform, insofar
as possible, to Section 406 and as follows:
All roadway cuts shall be temporarily or permanently repaired within 24 hours of the
completion of trench backfill for the work, or segment of work, which required the
excavation and/or cut.
Temporary roadway cut repairs shall be a minimum of two (2) inches and a maximum of
three (3) inches of asphalt..
Permanent roadway cut repairs shall comply with the plans and specifications and as directed
by the Engineer/City Engineer.
Temporary roadway cut repairs shall be maintained by the contractor.
Temporary roadway cut repairs shall be removed and disposed of by the Contractor as
necessary during installation of permanent roadway cut repairs or new roadway construction.
405.04 Method of Measurement. Asphalt Concrete Patching for Maintenance of Traffic
will be measured by the ton of mix placed as directed by the Engineer/City Engineer. In no
case shall measurement of the Temporary Repairs for Roadway Cut extend beyond the pay
limit shown on the details on the Plans. Temporary Repairs for Roadway Cut with depths
less than two (2) inches and all depths greater than three (3) inches shall not be measured for
payment.
405.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per ton for Asphalt Concrete Patching for
ST -94
1
Standard Street and Drainage Specifications
Maintenance of Traffic, which price shall be full compensation for furnishing materials; for
I
heating, mixing, hauling, placing, and compacting; and for all labor, equipment, tools, and
incidentals necessary to complete the work. No payment will be made for:
I
I
I
I
J
I
Li
I
I
I
I
1
I
Material placed with out authorization of Engineer/City Engineer.
Material placed beyond the pay limits shown on the detail for each type of pavement repair.
Material placed to repair previously patched areas unless approved by the Engineer/City
Engineer.
Payment will be made under:
Pay Item Pay Unit
Asphalt Concrete Patching for
Maintenance of Traffic Ton
Section 406. Cold Milling Asphalt Pavement
406.01 Description. This item shall consist of cold milling the asphalt pavement at the
locations designated on the plans or by the Engineer/City Engineer and removing the
resulting material from the street right-of-way. Unless otherwise provided, the reclaimed
pavement shall become the property of the Contractor. The pavement remaining after
milling shall provide a surface suitable for maintaining traffic.
406.02 Equipment.. The Contractor shall provide self-propelled equipment with sufficient
power, traction, and stability to maintain an accurate depth of cut and slope. The equipment
shall be capable of accurately and automatically establishing profile grade along each edge of
the machine by referencing from the existing pavement by means of a ski or matching shoe,
or from and independent grade control and shall have an automatic system for controlling
cross slope at a given rate. The milling machine shall have an effective means for preventing
dust resulting from the operation from escaping into the air.
Provision shall be made, either integrally with the milling machine, or by the use of
additional equipment, to remove the material being cut from the surface of the roadway.
406.03 Construction Requirements. The existing pavement shall be cold milled to a
minimum depth as shown on the plans.
406.04 Method of Measurement. Cold Milling Asphalt Pavement will be measured by
the square yard (SY) of pavement milled to the depth specified.
I
No separate payment will be made for repair or replacement of manholes, valve boxes, or
other appurtenances which are located and identified in advance of the cold milling operation
and which are damaged by the Contractor.
ST -95
1
City of Fayetteville
406.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per square yard for Cold Milling Asphalt
Pavement, which price shall be full compensation for all work as prescribed herein, and for
all labor, equipment, tools, and incidentals necessary to complete the work.
Payment will be made under:
Pay Item Pay Unit
Cold Milling Asphalt Pavement SY
ST -96
1
1 Standard Street and Drainage Specifications
DIVISION 500. MISCELLANEOUS CONSTRUCTION
rSection 501. Concrete Curb and Gutter
I
501.01 Description. This item shall consist of the construction of integral curb, concrete
curb, or concrete combination curb and gutter according to these specifications and in
conformity with the locations, lines, and grades shown on the plans or as directed.
' 501.02 Materials. The Concrete shall be Class A or B Concrete as provided in Section
601. The maximum allowable slump shall be 4 inches.
I
When an extrusion machine is used, the Contractor may modify the concrete mix design,
upon approval of the Engineer/City Engineer, to improve workability while maintaining the
requirements for Class A or B Concrete.
1 Material for joint filler shall comply with AASHTO M 213.
I
501.03 Construction Requirements.
(a) Subgrade. The subgrade shall be shaped to the required depth below the finished
I
surface, according to the dimensions shown on the plans, and shall be compacted to a firm,
even surface. Where curb is to be placed as part of a street, the compaction requirements of
the street shall apply to the subgrade and base course underneath the curb.
(b) Placing and Finishing.
1) Integral Curb. After the concrete pavement has been struck off, the curb forms shall
I
be clamped or otherwise securely fastened in place to the slab form and additional
concrete for the curb shall then be deposited and thoroughly tamped. The concrete
shall be placed within 30 minutes after the pavement slab has been finished and care
shall be taken to secure monolithic construction. The concrete shall be spaded or
vibrated sufficiently to eliminate voids and shall be tamped to bring the mortar to the
surface. It shall then be finished smooth and even with a wood float and given a
I
Class 6 finish according to Section 601.16. The edges shall be rounded with an
approved finishing tool to the radius shown on the plans.
1 2) Concrete Curb or Concrete Combination Curb and Gutter. The concrete shall be
deposited in the forms upon wetted subgrade and vibrated and spaded until mortar
entirely covers the surface, after which it shall be finished smooth and even by means
I
of a wood float and given a Class 6 finish according to Section 601.16. Edges shall
be rounded as shown on the plans while the concrete is still plastic.
I
(c) Joints. Expansion joints for concrete curb or concrete combination of curb and gutter
shall be installed at stationary structures such as catch basins, drop inlets, etc., and at ends of
curb returns. Where curb and gutter is constructed adjacent to or on rigid pavements, the
I
location and width of joints shall coincide with those in the pavement, where practicable.
Expansion joints shall have a thickness of '/2" and shall be filled with joint filler according to
I ST -97
FJ
I
City of Fayetteville
Section 601.1 1 shaped to the cross section of the curb and constructed at right angles to the
curb line.
Contraction joints for concrete curb or concrete combination curb and gutter shall be 1/8" to
3/8" wide x 1 %2" deep and shall be constructed at 15' intervals. They shall be constructed at
right angles to the centerline and perpendicular to the surface of the curb and gutter. Where
curb and gutter is constructed adjacent to or on rigid pavements, the location and width of
joints shall coincide with those in the pavement, where practicable. Contraction joints shall
be formed by sawing, unless otherwise specified, and filled according to the requirements for
Joint Seals as specified in Section 601.11, or with a commercially available silicone product
approved by the City.
(d) Surface Tests. Before the concrete is given the final finishing, the surface of the gutter
and the top of the curb shall be true to line and grade. The maximum variation in 10' shall
not exceed 3/8".
(e) Curing. When completed, the concrete shall be cured as specified in Section 601.15.
(f) Backfilling. After the concrete has set sufficiently, the space behind the curb shall be
refilled to the required elevation with suitable material, free from topsoil, leaves, twigs, or
other organic material, trash, large rocks, or other deleterious materials. This material shall
be firmly compacted to 90% of the material's maximum density as determined by AASHTO
T99 or ASTM D698 by means of approved mechanical equipment and neatly graded.
501.04 Method of Measurement. Curbing will be measured by the linear foot (LF)
along the face of the curb at the gutter line. Integral curb placed with concrete pavement,
including concrete aprons will not be measured separately, but shall be included in the price
bid for concrete pavement. Modified curbs across driveways and streets will be measured as
curb. Curbs placed as part of commercial asphalt driveway construction will also be
measured as curb.
501.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per linear foot (LF) for Concrete Curb or
Concrete Curb and Gutter, which price shall be full compensation for furnishing materials,
including joint filler; for forms; for mixing, placing, and finishing concrete; and for
excavation and backfilling when not included in other items.
Pay Item Pay Unit
Concrete Curb and Gutter LF
Concrete Curb LF
Section 502. Concrete Sidewalks
502.01 Description. This item shall consist of the construction of concrete walks
according to these specifications and in conformity with the dimensions, locations, lines, and
grade shown on the plans or as directed.
ST -98
I
Li
I
I
I
I
I
I
I
I
I
I
1
I
IJ
I
I
1
Standard Street and Drainage Specifications
502.02 Materials. Concrete shall comply with the requirements for Class A or B Concrete
I
as provided in Section 601. The maximum allowable slump shall be 4 inches. Aggregate
base shall meet the requirements of Section 401.
I
502.03 Construction Requirements.
(a) Subgrade. The subgrade shall be excavated or filled to the required grade. Unacceptable
I
material shall be removed and replaced with suitable material, free from topsoil, leaves,
twigs, or other organic material, trash, large rocks, or other deleterious materials, and the
entire subgrade shall be thoroughly compacted with approved mechanical equipment to not
less than 90% of the material's maximum density as determined by AASHTO T99 or ASTM
D698.
' (b) Aggregate Base Course. Class 7 aggregate base meeting the requirements of Section
401 shall be installed on the approved subgrade to a minimum depth of 4 inches outside of
driveway areas and a minimum depth of 6 inches across driveways, and compacted to 95% of
Modified Proctor Density as determined by AASHTO T 180 or ASTM D 1557.
(c) Placing and Finishing. The concrete shall be deposited in the forms upon the wetted
aggregate base to such depth that when it is compacted and finished, the top shall be at the
I
required elevation. It shall be thoroughly consolidated and the edges along the forms spaded
to prevent honeycomb. The top shall then be struck off with a straightedge and tamped or
vibrated sufficiently to flush mortar to the surface, after which it shall be given a Class 6
finish according to Section 601.16. Edges shall be rounded with a /4" radius, including edges
at joints.
Transverse slopes shall be a minimum of 0.5% and a maximum of 2.0%. Sidewalk
constructed with transverse slopes outside of this range shall be removed and reconstructed
to provide transverse slopes within this range.
Concrete thickness shall be 4 inches outside of driveway areas and 6 inches across driveways
unless otherwise specified.
ITransverse joints in the walks shall be cut with a '/4" jointer at intervals not greater than the
width of the walk being constructed, or as directed. This joint pattern shall be continuous
i
through driveways.
When completed, the concrete shall be cured as specified in Section 601.15.
(d) Backiilling. After the forms have been removed, the spaces on each side of the walk
shall be backfilled with suitable material, which shall be firmly compacted and neatly graded.
Topsoil meeting the requirements of Section 204 shall be used when areas adjacent to the
I
sidewalk are to be seeded or sodded.
(e) Expansion Joints. A space not less than '/2" wide shall be left between the sidewalks and
adjacent structures, except that no space shall be left between the sides of the walks and
adjacent curbs. This space shall be filled with approved joint filler complying with
AASHTO M 213.
ST -99
1
City of Fayetteville
502.04 Method of Measurement. Concrete sidewalk of the specified thickness will be
measured by the square yard (SY).
502.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per square yard (SY) for Concrete
Sidewalks of the thickness specified, which price shall be full compensation for furnishing
materials, including concrete, aggregate base, and joint filler; constructing the concrete
sidewalk; for excavation and backfilling where not included in other contract items; and for
all labor, equipment, tools, and incidentals necessary to complete the work.
Payment will be made under:
Pay Item Pay Unit
4" Thick Concrete Sidewalk SY
6" Thick Concrete Sidewalk SY
Section 503. Driveway Construction or Reconstruction
503.01 Description. This work consists of reconstructing existing driveways or
constructing new driveways with concrete, asphalt, aggregate base course, or other materials
as shown on the Plans or as directed by the Engineer/City Engineer.
503.02 Materials. Concrete for driveway reconstruction shall be Class A or B according to
the requirements of Section 601. Asphalt shall be Surface Course per the requirements of
Section 403. Aggregate base course shall meet the requirements of Section 401. All other
materials shall be as specified or as directed by the Engineer/City Engineer.
503.03 Construction Requirements.
(a) General. Aprons and driveways shall be constructed in the locations, to the lines and
grades, and of the material type shown on the Plans, or as directed by the Engineer/City
Engineer. Construction of driveways with greater than 12% slope perpendicular to the street
will not be allowed except as approved by the Engineer. Driveway widths shall match
widths of existing driveways, or as shown on the plans, with a minimum driveway width of
10' and a maximum width of 40' for commercial driveways and 24' for residential
driveways. All driveways designated as commercial driveways shall be constructed with
concrete curb and gutter along each side of the driveway.
Driveways and aprons shall be constructed on a compacted subgrade consisting of material
approved by the Engineer/City Engineer.
(b) Driveway Removal. Existing driveways shall be removed to the locations shown on the
plans or as directed by the Engineer to create a smooth transition from the roadway to the
ST -I 00
I
Standard Street and Drainage Specifications
I
I
I
I -II
L
1
1
I
I1
I
fl
I
I
I
adjacent property. The back limit of the driveway shall be sawed if required to produce a
neat line.
(c) Concrete Apron. Concrete apron shall be constructed on all driveways beginning at the
back of curbs and extending to the front edge of the sidewalk. Concrete aprons shall be of a
residential or commercial type as shown on the plans. The apron thickness shall be as shown
on the Plans, but not less than six inches (6"). Mixing, placement, and finishing of concrete
shall be as required in Section 601. Contraction joints shall be constructed so that slabs are
no more than 15' in any dimension, and that no slab length to width ratio exceeds 1.5 to 1.
Joints shall be tooled or sawed at 10' intervals perpendicular to the street. These saw joints
shall be filled with joint sealant meeting the requirements of Section 601.11.
(d) Concrete Driveways. Concrete driveways shall be constructed where shown on the
Plans or as directed by the Engineer/City Engineer. The driveway thickness shall be as
shown on the Plans, but not less than six inches (6"). Mixing, placement, and finishing of
concrete shall be as required in Section 601. Contraction joints shall be constructed so that
slabs are no more than 15' in any dimension. When concrete driveways are constructed
monolithically with concrete apron, a contraction joint shall be constructed at the interface
between the apron and the driveway. All joints shall be sealed according to Section 601.11.
(e) Asphalt Driveways. Asphalt driveways shall consist of approved Surface Mix.
Construction of asphalt driveways shall meet the requirements of Section 403. The thickness
of the asphalt driveway section shall be as shown on the Plans, but in no case shall be less
than 2" of asphalt constructed on 6" of aggregate base course.
(f) Aggregate Base Driveways. All existing driveways constructed of soil or gravel shall be
reconstructed with aggregate base meeting the requirements of Section 401. Placement of
base material shall be according to the lines and grades shown on the plans or as directed by
the Engineer/City Engineer. Thickness of base shall be as shown on the plans, but in no case
shall be less than 6". Compaction requirements are as specified in Section 401.
503.04 Method of Measurement. If specifically included as a pay item, Asphalt or
concrete driveway removal shall be measured by the square yard (SY) from the existing
roadway edge to the limits of the driveway removal. Removal of other driveways types will
not be measured. Concrete aprons shall be measured by the square yard (SY).
Asphalt, concrete, and aggregate base driveways driveways shall be measured by the square
yard (SY). Measurement of driveways will begin at the back of sidewalk or concrete apron
and will include all area behind the sidewalk/apron to the limits of repair. Curb constructed
as part of concrete aprons or concrete driveways will be measured as driveway. Curb for
asphalt driveways will not be measured as part of this item.
503.05 Basis of Payment. Work completed and measured as provided above will be paid
for at the contract unit price bid per square yard for the various items. This price shall be full
compensation for furnishing and placing materials, for excavation and subgrade preparation;
for shaping and finishing; and for all labor, equipment, tools, and incidentals necessary to
complete the work.
ST -101
City of Fayetteville
Payment will be made under:
Pay Item Pay Unit
Concrete Driveway Aprons SY
Concrete Driveway SY
Asphalt Driveway SY
Aggregate Base Course Driveway SY
Asphalt/Concrete Driveway Removal SY
Section 504. Headwalls, Wing Walls, and Retaining Walls
504.01 Description. This item consists of constructing concrete headwalls, wing walls,
and retaining walls at the locations and to the lines and grades shown on the plans. Modular
Block retaining walls, and/or Mechanically Stabilized Earth retaining structures with facing,
when so indicated in the plans or the proposal shall be specified in a Special Provision
supplemental to these Standard Specifications.
504.02 Materials. Concrete shall meet the requirements of Section 601 for Class A or B
for headwalls, and Class B for retaining walls.
Reinforcing steel shall meet the requirements of Section 602.
504.03 Construction Requirements. The subgrade on which the footing is to be placed
shall be prepared by excavating to the required grade and thoroughly compacting the existing
material. If the existing material at the elevation of the bottom of the footing is soft and
yielding, and the Engineer/City Engineer so directs, it shall be removed and replaced with
suitable material according to Section 202.
Reinforcing steel shall be placed as shown on the plans. Weepholes of the size shown on the
plans shall be set in the forms before concrete is placed.
Concrete shall be furnished, placed, finished, and cured according to the requirements of
Section 601.
504.04 Method of Measurement. Concrete headwalls, wing walls, and concrete
retaining walls will be measured by the cubic yard of concrete placed and accepted.
Concrete, reinforcing steel, filter fabric, compacted drainage stone backfill, expansion joint
materials, weep holes, weephole screens, compacted earth backfill and all other items
indicated on the Plans or required for a complete headwall and/or retaining wall shall not be
measured for separate payment but will be considered subsidiary to the items involved.
Additional undercut excavation as required under footings will be measured by the cubic
yard compacted in place.
ST -102
1
Standard Street and Drainage Specifications
504.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per each for Concrete Headwalls and per
linear foot for Concrete Wing Walls and Retaining Walls. Said price shall be full
compensation for furnishing all materials, including reinforcing steel; for structural
excavation and compaction; for all forming and bracing; for mixing, transporting, placing,
finishing, and curing; and for all equipment, tools, labor, and incidentals necessary to
complete the work.
1 Additional excavation and embankment under footings will be paid for at the unit price bid
for Undercut Excavation. No payment for additional excavation will be made unless such
excavation is directed by the Engineer/City Engineer.
1
Payment will be made under:
Pay Item Pay Unit
1
Concrete Headwalls EA
Concrete Retaining Walls LF
I
Concrete Wing Walls LF
Modular Block Retaining Walls SF
Section 505. Seeding and Sodding
1
505.01 Description. This item shall consist of furnishing and applying lime, fertilizer,
seed, mulch cover, and water according to these Specifications at locations shown on the
plans or as directed. The requirements of this section shall apply to all disturbed areas
I
regardless of whether such work is a pay item or not.
The work under this item shall be accomplished as soon as practicable after the grading in an
I
area has been completed in order to deter erosion of the roadway and siltation of streams.
505.02 Materials.
(a) Lime. Lime shall be agricultural grade ground limestone or equivalent as approved by
the City.
(b) Fertilizer. Fertilizer shall be a commercial grade, uniform in composition, free flowing,
and suitable for application with mechanical equipment. It shall be delivered to the site in
I
labeled containers conforming to current Arkansas fertilizer laws and bearing the name,
trademark, and warranty of the producer.
(c) Seed. Except as modified herein, the seed shall comply with the current rules and
regulations of the Arkansas State Plant Board and the germination test shall be valid on the
date the seed is used. It shall have a minimum of 98% pure seed and 85% germination by
IST -103
City of Fayetteville
weight, and shall contain no more than 1% weed seeds. A combined total of 50 noxious
weed seeds shall be the maximum amount allowed per pound of seed with the following
exceptions: Johnson grass seed, wild onion seed, wild garlic seed, field bindweed seed, nut
grass seed, sickle pod seed, sesbania seed, indigo seed, morning-glory seed, and cocklebur
seed will not be allowed in any amount. Seed shall be furnished in sealed, standard
containers. Seed that has become wet, moldy, or otherwise damaged in transit or in storage
will not be acceptable.
Seed planted between June 16 and August 31 may require more water than that specified in
Subsection 505.03 in order to survive. Therefore, watering shall continue after germination
until growth is established.
The seeding mixture may be altered if authorized or directed by the Engineer/City Engineer.
The actual mix and varieties used shall be submitted to the City before seed is placed.
Seed shall be provided at the following mix and rates:
SEED TYPE LB/AC
MARCH 15 —JUNE 1 5
Turf Fescue 250
Bermuda Grass (common) unhulled 10
Annual Rye 50
JUNE 15 — AUGUST 31
Turf Fescue 200
Bermuda Grass (common) hulled 5
Bermuda Grass (common) unhulled 10
AUGUST 31 — MARCH 15
Turf Fescue 250
Annual Rye 50
At the Contractor's option, annual rye only may be seeded at a minimum rate of 30 pounds
per acre between the dates of October 31 to March 15. The Contractor shall return between
the dates of March 15 and May 1 and reseed with the mix specified for the March 15 — June
15 time period. Preparation for reseeding shall be in accordance with Section 204.
(d) Sod. Sod shall be composed of either field grown grass or approved nursery grown grass
and shall consist of a densely rooted growth of grass substantially free from noxious weeds
and undesirable grasses. Sod type shall be as specified on the plans. When sod is placed to
repair damaged areas, the sod shall be of the same type and variety as the existing grass.
The sod shall be sufficiently thick to secure a dense stand of live grass. The sod shall be live,
fresh, and uninjured at the time of placing. It shall have a soil mat of sufficient thickness
adhering firmly to the roots to withstand all necessary handling. It shall be placed as soon as
ST -104
I
I
I
LI
I
I
1
Standard Street and Drainage Specifications
possible after being cut and shall be kept moist from the time it is cut until it is placed in its
final position.
The source of field grown sod shall be inspected and approved by the City before being cut
for use in the work. After approval, the area from which the sod is to be harvested shall be
closely mowed and raked as necessary to remove excessive top growth and debris.
Approved devices, such as sod cutters, shall be used for cutting the sod and due care shall be
exercised to retain the native soil intact. The sod shall be cut in uniform strips approximately
300 mm (12") in width and not less than 300 mm (12") in length, but not longer than can be
conveniently handled and transported.
(e) Mulch. Mulch cover shall consist of straw from threshed rice, oats, wheat, barley, or rye;
of wood excelsior; or of hay obtained from various legumes or grasses, such as lespedeza,
clover, vetch, soybeans, bermuda, carpet sedge, bahia, fescue, or other legumes or grasses; or
a combination thereof. Mulch shall be dry and reasonably free from Johnson grass or other
noxious weeds, and shall not be excessively brittle or in an advanced state of decomposition.
All material will be inspected and approved prior to use.
(1) Tackifiers. Tackifiers used in mulch anchoring shall be of such quality that the mulch
I
cover will be bound together to form a cover mat that will stay intact under normal climactic
conditions.
' All tackifiers used shall have prior approval or be listed on the AHTD Qualified Products
List (QPL). The type and brand of tackifier to be used shall be submitted to the City for
approval.
I(g) Water. Water shall be of irrigation quality and free of impurities that would be
detrimental to plant growth.
505.03 Construction Requirements.
(a) Seeding. Areas to be seeded shall be dressed to the shape and section shown on the
plans. A 4" layer of topsoil, if required, shall be furnished, placed, and prepared as specified
in Section 204.
I
Fertilizer shall be applied at the rate of 800 pounds per acre of 10-20-10, or the equivalent
amount of plant food. Fertilizer shall be uniformly incorporated into the soil alone or in
conjunction with the required lime. If the Contractor so elects, the fertilizer may be
combined with the seed in the hydro -seeding operation.
Broadcast sowing may be accomplished by hand seeders or by approved power equipment.
I
Either method shall result in uniform distribution and no work shall be performed during
high winds. The area seeded shall be lightly firmed with a cultipacker immediately after
broadcasting.
UIf a hydro -seeder is used for seeding, fertilizer and seed may be incorporated into one
operation but a maximum of 800 pounds of fertilizer shall be permitted for each 1500 gallons
ST -1 05
[1
I
City of Fayetteville
I
of water. If the Contractor so elects, the fertilizer may be applied during preparation of the
seedbed. The area shall be lightly firmed with a cultipacker immediately before hydro -
seeding.
Mulch cover shall be applied immediately after seeding and shall be spread uniformly over
the entire area. If the Contractor so elects, an approved mulching machine may be used
whereby the application of mulch cover and tackifier may be combined into one operation.
Mulch shall be placed so that the ground is completely covered to a thickness of
approximately 2 inches. Care shall be taken to prevent tackifier materials from discoloring
or marking structures, pavements, utilities, or other plant growth. Removal of any
objectionable discoloration shall be at no cost to the City.
Immediately following or during the application of the mulch cover on seeded areas, the
mulch shall be anchored by one of the following methods:
Tracking or Roller Method. The mulch shall be effectively pressed into the soil using steel
cleated track or cleated roller equipment. The anchoring shall be performed so that the
grooves formed are perpendicular to the flow of water down backslopes and foreslopes. The
equipment and method used shall produce acceptable results.
Other Tackifiers. An approved tackifier shall be applied according to the rates
recommended by the manufacturer. Asphalt tackifier will not be allowed.
The method used shall be at the Contractor's option unless otherwise specified or directed.
In lieu of separate application of tackifiers, the Contractor may use equipment that combines
the application of mulch and tackifier into one operation. Application shall be at the
specified rates.
After application of the mulch cover, water shall be applied in sufficient quantity, as directed
by the Engineer/City Engineer, to thoroughly moisten the soil to the depth of pulverization
and then as necessary to germinate the seed.
When directed by the Engineer/City Engineer, the Contractor shall apply water in an amount
such that, in conjunction with any rainfall, the seeded and mulched areas will receive an
amount equivalent to a minimum of I" of water each week beginning the week after seeding
and continuing for a minimum of three (3) weeks. Water applied at this rate will not be paid
for separately but shall be considered subsidiary to seeding. If directed by the Engineer/City
Engineer, additional water shall be applied to sustain grass growth.
Failure to meet this requirement will result in a partial withholding andlor recovery of
payments for the seeding and mulch cover. Additional work and materials required due to
the Contractor's negligence in maintaining completed work or failure to water grass as
directed shall be accomplished at no cost to the City.
For all areas seeded, final acceptance will be delayed until an acceptable stand of grass of
uniform color and density is established to the satisfaction of the City. Before final
acceptance, the Contractor shall repair or replace any seeding or mulching that is defective or
damaged. If the defect or damage is due to the Contractor's negligence, the work shall be
ST -106
I
I
I
I
I
I
I
1
I
I
E
I
I
I
I
I
Ii
I
Standard Street and Drainage Specifications
done at no additional cost to the City. If the damage or defect is not the Contractor's fault,
the work will be measured and paid for according to these Specifications.
(b) Sod. Areas to be sodded shall be dressed to the shape and section shown on the plans and
I
the top and bottom of slopes shall be rounded to a radius of approximately 3unless
otherwise directed. The finished slopes shall be prepared with 4" of topsoil meeting the
requirements of Section 204. Water may be applied before, during, and after slope
I
preparation, as directed by the Engineer/City Engineer, in order to maintain the desired
moisture content in the soil.
Immediately before placement of sod, fertilizer shall be broadcast at the rate of 250 pounds
per acre of 10-20-10, or the equivalent amount of plant food, and incorporated into the top 1"
of soil.
Sod shall be moist and shall be placed on a moist earth bed. Sod strips shall be laid along
contour lines, by hand, commencing at the base of the area to be sodded and working
upward. The transverse joints of sod strips shall be broken, and the sod carefully laid to
produce tight joints. At the top of slopes the sod shall be turned into the embankment
slightly and a layer of earth placed over it and compacted to conduct surface water over and
onto the sod. The sod shall be firmed, watered, and refirmed immediately after it is placed.
The firming shall be accomplished by use of a lawn roller or approved tamper, with care
being taken to avoid tearing end strips of sod.
When sodding is completed, the sodded areas shall be cleared of loose sod, excess soil, or
other foreign material; a thin application of topsoil shall be scattered over the sod as a top
dressing; and the areas thoroughly moistened. Water shall be applied as necessary at the
•' direction of the Engineer/City Engineer for a period of at least 3 weeks. The time required
for application of water will not be included in the computation of contract time for
completion of the project provided all other work under the Contract has been completed.
IThe Contractor shall maintain sodded areas from the time of completion until final
acceptance of the project by the City. Additional work and materials required because of the
I
Contractor's negligence in maintaining the work shall be accomplished at no cost to the City.
505.04 Method of Measurement. Seeding will be measured by the acre of actual area
'• covered. Sod will be measured by the SY yard of actual area covered. Additional watering
if so directed will be measured by thousands of gallons (MG) applied.
• Unless otherwise indicated on the Plans, or directed by the Engineer, Pay Limits for seeding
and sodding will be the construction limits shown on the plans. Any area disturbed the
contractor outside of the construction limits will not be measured.
505.05 Basis of Payment. Seeding completed and accepted and measured as provided
above will be paid for at the contract unit price bid per acre for Seeding, which price shall be
full compensation for seedbed preparation; for furnishing and applying fertilizer, lime, seed,
mulch, and tackifier; and for all labor, equipment, tools, and incidentals necessary to
complete the work.
I
ST -1 07
City of Fayetteville
Payments for seeding will be made according to the following schedule:
50 % On the first regularly scheduled estimate after the Seeding and Mulch Cover are
completed.
25% On the next regularly scheduled estimate, provided that the Engineer/City Engineer
determines that the seeded and mulched areas have received at least the amount of water
specified in Section 505.03 above.
25% On the succeeding regularly scheduled estimate, provided that the Engineer/City
Engineer determines that a dense lawn of permanent grass has been established.
Sodding completed and accepted and measured as provided above will be paid for at the
contract unit price bid per square yard for Sodding, which price shall be full compensation
for bed preparation; for furnishing and applying fertilizer, topsoil, and sod; and for all labor,
equipment, tools, and incidentals necessary to complete the work.
Additional watering above and beyond the I" per week for the first three weeks will be paid
for at the unit price per thousand gallons (M.G.) of water applied. This work will be paid for
only when directed to by the Engineer/City Engineer. Any watering to be paid for under this
item shall be conducted in the presence of the Engineer/City Engineer.
Payment will be made under:
Pay Item Pay Unit
Seeding and Mulching Acre
Solid Sod SY
Additional Watering MG
Section 506. Mailboxes
506.01 Description. This item shall consist of furnishing and erecting mailbox posts and
installing existing mailboxes on the new posts. When required, it shall also include
furnishing and installing new mailboxes. It shall also include maintenance of existing
mailboxes during construction to ensure uninterrupted mail service in the construction limits.
506.02 Materials. The mailbox post shall be either metal or coniferous wood. All mailbox
posts placed under the contract shall be of the same type. Wood posts shall be 4"x 4" square
and shall be pressure treated with creosote, pentachlorophenol or chromated copper arsenate.
Metal posts shall be 2" in diameter and shall be galvanized.
Mailbox support hardware, including shelf, platform and bracket shall be as shown on the
plans. Anti -twist plate, clamps, spacers, nuts, bolts, and washers shall be galvanized steel.
ST -108
1
Standard Street and Drainage Specifications
New mailboxes, when specified on the plans or directed by the Engineer/City Engineer, shall
comply with the U.S. Postal Service and shall be the same size as the existing mailbox.
506.03 Construction Methods. Mailboxes shall be constructed in the same locations as
I
the existing mailboxes. It is the Contractor's responsibility to note the locations of existing
mailboxes before construction begins. The bottom of the box shall be set at an elevation 3'-
6" above the roadway surface. The roadside face of the box shall be 6" from the face of the
I
curb. Where a mailbox is located at a driveway entrance, it shall be placed on the far side of
the driveway in the direction of the delivery route. Where a mailbox is located at an
intersecting road, it shall be located a minimum of 100' beyond the center of the intersecting
I
road in the direction of the delivery route. If requested by the local postmaster, height and
placement of mailboxes may vary slightly as directed by the Engineer/City Engineer.
I
No more than two mailboxes may be mounted on one post. Post spacing for multiple
mailbox installations shall be a maximum of 36".
The mailbox post shall be embedded a minimum of 24" into the ground. A metal post shall
have an anti -twist plate that extends no more than 10" below the ground surface.
The existing mailbox shall be separated from the existing post and attached to the new post.
I
If the existing mailbox is damaged beyond repair by the Contractor, the mailbox shall be
replaced at no cost to the City. If the existing mailbox cannot physically be removed from
the existing post and re -used, the mailbox shall be replaced under the item Mailboxes. When
I
a mailbox is replaced, the Contractor shall be responsible for placing identification markings
on the new mailbox corresponding to the markings on the original mailbox.
I
Unless otherwise specified, all existing mailbox supports shall be removed and replaced with
new supports. If directed by the Engineer/City Engineer the existing mailbox shall be
restored under the Contract item Remove and Replace Mailboxes. If directed by the
I
Engineer/City Engineer, the existing support and mailbox shall be removed and protected
until placement in its planned location. This work shall be paid for under the item
Mailbox/Support Relocation.
t506.04 Method of Measurement. Mailbox Supports, Mailboxes, Remove and Replace
Mailboxes, and Mailbox/Support Relocation will be measured by the unit.
I506.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per each for Mailbox Supports of the type
specified, for Mailboxes, or for Remove and Replace Mailboxes, or for Mailbox/Support
Relocation; which price shall be full compensation for furnishing all materials: for setting
posts; for removing and reattaching existing mailboxes; and for all labor, equipment, tools,
I
and incidentals necessary to complete the work. Payment will be made under:
I
Pay Item Pay Unit
ST -109
LI
I
City of Fayetteville
Mailbox Supports (single)
EA
Mailbox Supports (double)
EA
Mailboxes
EA
Remove and Replace Mailboxes
EA
Mailbox/Support Relocation
EA
Section 507. Pavement Markings
507.01 Description. This item shall consist of furnishing and placing pavement markings,
including words, arrows, and emblems, of the color, type and material specified, in
accordance with these specifications and to the dimensions and at the locations shown on the
plans or as directed.
The markings are to be placed under existing traffic conditions. The work shall meet the
requirements of the MUTCD except as modified by these specifications.
507.02 Materials. (a) Paint. Paint shall be a ready mixed white and yellow paint suitable
for application on concrete and bituminous pavements. All paints used for this application
shall be listed on the AHTD Qualified Products List (QPL). The manufacturer shall furnish a
certification for each lot certifying that the materials supplied conform to all the requirements
specified and stating that the material is formulated the same as the material tested for QPL
listing.
(b) Thermoplastic Material. Thermoplastic material used shall meet all requirements of
Section 719.02 of the AHTD Standard Specifications.
(c) Pavement Marking Tape. Pavement marking tape shall be a preformed tape conforming
to Section 720.02 of the AHTD Standard Specifications for Type 5.
507.03 Construction Requirements.
(a) General Requirements. All pavement markings shall be applied to clean, dry surfaces.
If necessary, the Contractor shall clean the surface of the pavement to receive markings
before beginning marking operations. Cleaning of the pavement is considered subsidiary to
other items of work and will not be paid for separately.
Pavement markings shall be placed at the locations shown on the plans, or as directed by the
Engineer/City Engineer. All markings shall have well defined edges, shall be uniform in
thickness, and shall be straight and true. No stripe shall be less than the specified width.
Any corrections of variations in width or alignment of the stripes shall not be made abruptly.
Markings that cannot be corrected to meet these requirements shall be removed at the
Contractor's expense and will not be paid for.
ST -HO
I
I
F]
I
I
I
F]
I
I
I
I
I
I �
I
I
Standard Street and Drainage Specifications
Removal of markings shall be performed in such a manner that no conflicting pavement
'• marking will be left in place. Removal of the pavement marking by a means that will gouge
the surface will not be permitted.
1
I
I
I
I
1
I
I
I
fl
.1
I
I
(b) Reflectorized Paint. Reflectorized paint shall be applied at a minimum wet film
thickness of 15 mils (a minimum of 16.5 gallons per mile of 4" line). The painted line shall
be uniform in thickness and appearance across the width of the stripe. Glass beads shall be
placed on the surface of the wet paint in the amount of not less than 6 pounds per gallon.
(c) Thermoplastic Markings. The thermoplastic compound shall be screed or ribbon
extruded to the pavement surface unless a specific application method is specified.
The thermoplastic material shall be dispensed at a temperature recommended by the
manufacturer. The applicator shall include a cutoff device remotely controlled to provide
clean, square stripe ends and to provide a method for applying skip lines.
Beads applied to the surface of the completed stripe shall be applied by an automatic bead
dispenser attached to the pavement marking equipment in such a manner that the beads are
immediately dispensed upon the completed line. The bead dispenser shall be equipped with
an automatic cutoff control, synchronized with the cutoff of the pavement marking
equipment.
Thermoplastic markings shall not be applied to the pavement surface when the pavement
surface temperature is less than 50° F or when the pavement shows evidence of moisture.
On pavements where no pavement markings exist or where the existing pavement markings
are paint or thermoplastic and do not conflict with the proposed pavement markings, blasting
with water or sand or a combination thereof will be required to remove any curing
compound, oxidized paint or thermoplastic, or dirt to ensure a good bond. This blasting is
considered surface preparation and will not be paid for separately.
Conflicting pavement markings that exist shall be removed by blasting with water and/or
sand or by grinding. This blasting or grinding is considered pavement marking removal.
The thickness of all thermoplastic markings above the roadway surface shall be 90 mils (a
minimum of 1584 pounds per mile of 4" line). The minimum thickness will be measured in
the center of the line. The minimum %2" from the edges shall not be less than 75% of the
thickness required in the center. Maximum thickness of markings is 3/16".
On concrete pavements, paint pavement markings meeting the requirements of this section
shall be applied as a primer for the thermoplastic markings, except where thermoplastic
markings are to be applied over existing thermoplastic markings. Paint applied to concrete
pavement solely as a primer will not be measured or paid for separately, but full
compensation therefore will be considered included in the contract unit prices bid for the
various items of Thermoplastic Pavement Markings. A primer other than paint may be used
when recommended by the thermoplastic manufacturer.
ST -111
r
City of Fayetteville
(d) Pavement Marking Tape. The placement of the pavement marking tape shall comply
with the manufacturer's recommendations.
Air temperature shall be a minimum of 60° F and rising or the road temperature shall be a
minimum of 70° F before installation of marking tape will be allowed.
The roadway surface shall be cleaned by the Contractor with high pressure air or by
sweeping. The roadway shall then be marked where the pavement marking polymer is to be
applied.
The polymer can then be applied by hand or with a manual or mechanical highway tape
applicator designed for that purpose. Only butt splices will be allowed with no overlapping.
After application, the tape shall be firmly tamped with a minimum 200 lb. Load or by slowly
(2-3 mph) driving over the tape with a vehicle tire. The Contractor shall ensure that all edges
are firmly adhered.
507.04 Method of Measurement and Basis of Payment. Pavement markings will be
measured as follows:
(a) Center lines, skip lines, lane lines, edge lines, crosswalk bars, and stop bars will be
measured by the linear foot (LF) of markings actually placed.
(b) Words, arrows, and other symbols will be measured by the unit.
(c) Pavement marking removal, when specified on the plans, will be measured by the linear
foot of 4" or 6" wide lines removed. Double lines will be measured as separate lines. All
other markings, including stop bars, crosswalks, and symbols, will be measure by the square
foot of marking actually removed.
Work completed, accepted, and measured as provided above will be paid for at the contract
price bid per linear foot for lines of widths specified, per each for symbols, and per square
foot for pavement marking removal.
Payment will be made under:
Pay Item Pay Unit
—" Pavement Marking (Thermoplastic) LF
Pavement Symbols (Thermoplastic) EA
Pavement Marking Removal (Lines) LF
Pavement Marking Removal SF
Section 508. Street Signs
508.01 Description. This item shall consist of installing new signs and supports, and/or
relocating existing signs, complete with posts, supports, and concrete bases, where required,
ST -112
I
Standard Street and Drainage Specifications
according to these Specifications and to the dimensions and details and at the locations
shown on the Plans or as directed by the Engineer/City Engineer.
508.02 Materials and Fabrication
r(a)
Signs. Materials used in the fabrication of street signs shall comply with the latest edition
of the AHTD Standard Specifications Section 723, AHTD Standard Drawings, and the
MUTCD. Signs and equipment manufactured in accordance with the above mentioned
specification will not be required to be submitted for approval.
(b) Supports. Materials used for new and relocated street sign supports shall be U -section
I
channel or galvanized steel pipe as indicated in the plans.
508.03 Construction Requirements. The Contractor shall install new signs at the
locations as shown in the plans or as directed by the Engineer/City Engineer. The Contractor
will maintain existing signs during construction, and relocate the signs to permanent
locations as shown in the plans or as directed by the Engineer/City Engineer. Should the sign
or support become damaged during construction, the Contractor will furnish the replacement.
Any sign not indicated to be relocated as shown on the plans, or as directed by the
Engineer/City Engineer shall be salvaged and delivered to the City.
Signs shall be erected at the specified location, plumb, and to the specified vertical and
horizontal clearances.
Roadside directional signs shall be erected at a minimum height of 7' above the pavement
edge, measured to the bottom of the sign. If a secondary sign is mounted below the primary
sign, the primary sign shall be erected a minimum of 8' above the pavement edge and the
secondary sign a minimum of 5' above the pavement edge. Route markers, warning signs,
and regulatory signs shall be erected a minimum height of 6' above the pavement edge. All
heights measured to the bottom of the sign.
IThe
minimum horizontal clearance to any ground mounted sign shall be 2' beyond the edge
of the roadway shoulder or unmountable curb face.
1
Signs shall normally be erected so that the sign face is vertical and at 93° away from the
center of the lane that the sign serves and away from the direction of travel. Where lanes
divide, or on curves, sign faces shall be oriented so as to be most effective both day and night,
and to avoid the possibility of specular reflection.
Field drilling of holes in any part of the sign support structure shall be done only when
specified on the plans or as directed by the Engineer.
•' After sign installation is complete, the signs will be inspected at night by the Engineer. If
specular reflection is apparent on any sign, its position shall be adjusted by the Contractor to
eliminate this condition..
ST -113
City of Fayetteville
508.04 Method of Measurement. Signs that are relocated or installed new shall be
measured by a complete unit in place (including required footings).
No payment will be made for salvaged signs delivered to the City.
508.05 Basis of Payment. Work completed and accepted under this item and measured
as provided above shall be paid for at the Contract unit price bid for each sign, which price
shall be full compensation for the relocation, or erection of each sign, including support and
footing; and for tools, equipment, and incidentals necessary to complete the work.
Payment will be made under:
Pay Item Pay Unit
Street Sign Installation EA
Section 509. Erosion Control
509.01 Description. This item shall consist of Temporary Erosion Control Measures to
limit, control, and contain fill materials, soil erosion, sedimentation, and other wastes
resulting from construction activities that could result in harm to private properties as well as
public properties, streams and waterways.
This item shall also include the requirement of the Contractor to implement and maintain the
Stormwater Pollution Prevention Plan (SWP3/SWPPP) and to comply with all necessary
approvals and permits.
509.02 Standards.
All work for this item shall comply with all Federal and State requirements including the
Clean Water Act (33 U.S.C. 1251 et seq.), the National Pollutant Discharge Elimination
System (NPDES), and the Arkansas Water and Air Pollution Control Act (Act 472 of 1949 ,
as amended, Ark. Code Ann. 8-4-101 et seq.) and the regulations, orders or decrees issues
pursuant thereto.
All work for this item shall further comply with all Local and Municipal requirements
including the City of Fayetteville Code Chapter 170, "STORM WATER MANAGEMENT,
DRAINAGE, AND EROSION CONTROL" except as modified or augmented herein.
509.03 Application.
The City will develop the SWP3 and will obtain the permit from the Arkansas Department of
Environmental Quality (ADEQ) for discharge of stormwater from construction activities for
the project.
ST -114
I
Standard Street and Drainage Specifications
The requirements of this item shall apply to all construction activities under the Contract.
The Contractor shall implement and maintain the SWP3 for all construction activities under
the contract without regard to size of land area disturbance.
The Contractor's operations on lands located off the right-of-way, such as borrow pits, plant
sites, waste sites, or other facilities, may require compliance with this specification and/or
NPDES permit, and may require that additional permits be obtained. Any such additional
permits will be the responsibility of the Contractor. Determination may be based upon
location, jurisdiction and area of land disturbance.
509.04 Responsibilities of the Contractor.
(a) General. The Contractor shall comply with City of Fayetteville Code Chapter 170,
except as modified or augmented herein. The Contractor shall also comply with all
applicable Federal, State, Local and Municipal regulations and requirements.
The Contractor shall stabilize the land and comply with requirements of all permits issued for
the project including any additions or revisions thereto.
Upon completion of the construction activities, the Contractor shall file a Notice of
Termination with the City.
(b) NPDES Requirements. Construction activities that will disturb soil or remove
vegetation on one (1) or more acres of land during the life of the construction project shall
also comply with the applicable NPDES Permit requirements as administrated by ADEQ.
Construction activities authorized under the current NPDES General Permit with the shall
comply with Section 509.04(a), and the following:
The City will prepare and file the appropriate applications, information, Notice of Intent,
SWP3 (SWPPP) and other information as required by the current NPDES General Permit
with the ADEQ.
The Contractor shall comply with all NPDES Permit requirements, including, but not limited
to, implementation, maintenance, and modification of the SWP3 as circumstances require,
and documented inspections of erosion and sediment control systems.
The City will submit to the Contractor one copy of the NPDES Permit and/or other
correspondence received from ADEQ. The Contractor shall post this information on site in
accordance with the NPDES Permit, and have the current SWP3, inspection logs, and other
required information on site at all times and available for inspection by ADEQ, the City, or
other regulatory agencies as applicable.
The Contractor shall file the Notice of Termination with ADEQ when the site has been
finally stabilized and all storm water discharges from construction activities authorized by
the NPDES Permit are eliminated.
509.05 Construction Methods
.1 ST -1 15
r
City of Fayetteville
Where temporary erosion control measures are shown on the plans and in the SWP3, such
temporary erosion control measures are provided to the Contractor as minimum controls and
guidance. The Contractor shall be responsible to incorporate and expand as necessary the
temporary erosion control measures where shown in the plans in accordance with the
approved SWP3. The Contractor shall modify the SWP3 as necessary in order to fully
comply with the NPDES Permit.
All work required due to the violation of provisions of Corps of Engineers (COE) Section
404 Permits, NPDES Permits, or other requirements of these specifications which results
from Contractor negligence, carelessness, or failure to perform work as scheduled, shall be
performed by the Contractor at no cost to the City. In addition, the Contractor will be
assessed the amounts of any and all fines and penalties assessed against and costs incurred by
the City which are the result of the Contractor's failure to comply with a COE Section 404
Permit or NPDES Permit.
The City will not be responsible for any delays or costs due to the Contractor's failure to
comply with the conditions of the COE Section 404 Permit or NPDES Permit. The
Contractor will not be granted additional compensation or contract time due to loss of
Permits for noncompliance.
In the event that pollutant spills occur which are the result of the Contractor's actions or
negligence, the clean up shall be performed by the Contractor at no cost to the City.
509.06 Method of Measurement and Basis of Payment.
No measurement of this item will be made.
Temporary erosion control acceptably completed will be paid for at the contract lump sum
price bid for "Erosion Control", which prices shall be full compensation for furnishing all
materials, tools, equipment, labor, incidentals and all other items necessary to implement,
maintain and complete the work. Payment for "Erosion Control" shall also include
implementing, maintaining, and complying with the Stormwater Pollution Prevention Plan
(SWP3/SWPPP); including design, inspections, fees, report preparation, housekeeping
practices, cleaning, maintenance and all other actions necessary to execute the SWP3
(SWPPP). Periodic payments will be made under this item in proportion to the amount of
work accomplished as determined by the Engineer/City Engineer.
Deductions to this item will be made in the amount of any fines levied on the City by ADEQ
or other regulatory agencies as a result of the failure by the Contractor to comply with the
provisions of COE Section 404 or NPDES Permits.
Payment will be made under:
Pay Item Pay Unit
Erosion Control LS
ST -116
I
Standard Street and Drainage Specifications
ISection 510. Traffic Control and Maintenance
510.01 Description. This work consists of furnishing, installing, and maintaining
necessary traffic signs, barricades, lights, signals, cones, concrete barriers, pavement
marking, and other traffic control devices and shall include flagging, pilot car operations, and
other means for guidance of traffic through the work zone. The work shall be done
according to the MUTCD, AHTD Standards, The Standard Specifications and the
Contractor's approved Traffic Control plan. An approved Traffic Control plan provided by
the Contractor shall be required before any construction begins. This item shall also include
maintenance of roadway surface.
This item shall also include the temporary relocation of traffic and street signs, the maintenance
of the temporarily relocated signs through the construction of the project, and the permanent
relocation of any sign relocated due to construction signage after the construction is complete.
Permanent relocation of any salvaged signs shall consist of furnishing new sign post, new
Isupport hardware, and new concrete bases, where required, in accordance with the
dimensions and details shown in the Plans and at the locations shown in the Plans, or as
directed by the Engineer. New sign posts shall comply with the Standard Specifications and
Standard Drawings.
(a) Contractor's Plan. Traffic Control or Maintenance of Traffic when shown in the Plans is
provided to the Contractor as guidance. The Contractor shall prepare and submit for approval a
detailed Traffic Control or Maintenance of Traffic Plan including adherence to the specified
schedule of construction phases when so indicated in the Contract Documents to the Engineer
and Owner. The Contractor's Traffic Control or Maintenance of Traffic Plan shall include and
expand as necessary the Traffic Control or Maintenance of Traffic when indicated in the Plans
and Specifications, and shall be complete with all proposed traffic control or traffic maintenance
devices including proposed temporary roadway widening. The Contractor shall prepare and
submit the detailed Maintenance of Traffic Plan to the Engineer and Owner 7 days prior to the
preconstruction conference and in accordance with these Specifications.
• Upon approval of the Contractor's Maintenance of Traffic Plan by the Owner in writing, the
Contractor shall supply the City three copies. Two (2) copies shall be supplied to the Engineer.
The Contractor shall initiate and maintain all necessary labor and materials necessary to
construct the project in a manner which will guarantee public safety with a minimum of
inconvenience. Additional work, at no additional costs to the Owner, shall be performed by the
Contractor during construction as directed by the Owner or Engineer if necessary to insure the
above standards.
I
(b) Contractor personnel. The Contractor shall designate a Traffic Control Supervisor to
furnish continuous surveillance over traffic control operations. This supervisor shall be
available at night and weekends to respond to calls involving traffic control. The name of the
ST -117
n
J
City of Fayetteville
Traffic Control Supervisor shall be provided at the preconstruction conference and to local
police.
The Contractor's personnel who are used to maintain traffic flow, such as flagmen or any
other person, who verbally communicates with or gives directions to the motorized public,
shall speak English fluently.
(cc) Driveways. Maintenance of driveways shall be as approved by the Engineer/City Engineer.
Unless indicated otherwise, it shall be the Contractor's responsibility to maintain adequate
access to private and commercial property at all times, except as required for construction across
the driveway as approved by the Engineer. During the construction of driveways or at any time
that a property owner cannot use his driveway, the Contractor shall notify the property owner
(one week in advance, minimum) when the driveway will be closed and the approximate length
of time that it will be closed. The intent of this section of the Specifications is to cause as little
inconvenience as possible to private property owners.
(d) Relocation and replacement of Traffic Si s and Pavement Striping. During the
construction of the project, the temporary relocation of street signs and traffic control signs will
be performed by the Contractor. The Contractor shall maintain the signs at highly visible
locations as near as practicable to the original locations. The latest edition of the Manual of
Uniform Traffic Control Devices published by the Federal Highway Administration shall be
used as a guide to the placement of signs during construction.
Immediately after the construction of any part of the project reaches a stage of completion such
that the relocation of the street signs and traffic control signs is no longer necessary, the
Contractor shall permanently relocate the street signs and traffic control signs. Removing any
construction signage must be approved by the Engineer.
Street signs and traffic control signs shall be removed from such area of work as necessary to
permit work on the project. Each sign shall be temporarily relocated in a secure manner by
driving the sign into the ground with equipment approved by the Engineer, or otherwise
installed as approved to prevent damage to underground utilities. Street signs no longer
necessary shall be salvaged in good condition and restored to their original use or returned to the
Owner if no longer needed.
Existing striping shall be removed and new temporary stripes and other pavement markings
shall be provided by the Contractor. Work shall be performed in accordance with SECTION
720 (for Type 4) — PERMANENT PAVEMENT MARKING TAPE of the Standard
Specifications. Pavement markings not necessary to the phased construction patterns shall be
removed or obliterated with black paint, as approved by the Engineer. Striping shall be
maintained and restored as necessary during construction.
(e) Suspension of Work. If the Owner or the Engineer determines that provisions for safe
traffic control are not being provided or maintained, the work will be suspended. In cases of
serious or willful disregard for safety of the public or construction workers, the Owner will
place the traffic control devices in proper condition and deduct the costs from monies due the
Contractor.
ST -118
Standard Street and Drainage Specifications
I
I
I
I
1
1
r
I
M
I
510.02 Maintenance Requirements. Unless approved otherwise by the City, the road,
while undergoing improvements, shall be kept open by the Contractor to all traffic. When so
provided on the plans, or the Contractor's approved plan, the Contractor may bypass traffic
over an approved detour route. The Contractor shall keep the portion of the project being
used by public traffic, whether it is through or local traffic, in such condition that will permit
the safe, continuous flow of two-way traffic at all times. When a part of the plans or when
approved by the City, areas where the nature of the work restricts or prohibits two-way flow,
one-way operation may be maintained by using flaggers or timed signalization. The
Contractor shall also provide and maintain in a safe condition temporary approaches,
crossings and intersections with trails, roads, streets, businesses, parking lots, residences,
garages, farms, etc.
As part of regular traffic maintenance, the Contractor shall remove all snow and ice
accumulated on the traveled roadway. Exposed soil that becomes muddy due to rains or
other precipitation shall be removed or covered with aggregate base material to the
satisfaction of the City. Dust shall be controlled at all times. In the event that watering does
not satisfactorily control the dust, other methods of dust control will be required.
Necessary traffic control devices shall be properly placed and in operation before starting
construction. When work of a progressive nature is involved, such as resurfacing, the
appropriate traffic control devices shall be kept current and placed only in the areas of actual
work activities. All traffic control devices shall meet the requirements of the AHTD
Standard Specifications Section 604.02 and the most current version of the MUTCD.
If the City determines that provisions for safe traffic control are not being provided or
maintained, the work will be suspended. In cases of serious or willful disregard for safety of
the public or construction workers, the City will place the traffic control devices in proper
condition and deduct the costs from monies due the Contractor.
Types of barricade supports or devices not specifically described in the MUTCD shall not be
used. The methods used to control traffic for lane changes or other diversions shall meet the
MUTCD and the traffic control plan.
Portable changeable message signs meeting the requirements of Section 604 of the AHTD
Standard Specifications shall be used if and where directed by the City.
510.03 Method of Measurement. Aggregate base for traffic maintenance, if specifically
included as a bid item, will be measured by the ton of material placed for traffic control. No
payment will be made under this item unless base placement is specifically directed by the
Engineer/City Engineer. No base so directed shall be placed without the Engineer/City
Engineer or authorized representative present. The tonnage of material placed shall be
substantiated by truck tickets delivered along with the base material and presented to the
Engineer/City Engineer at the time of base placement. If an item for aggregate base for
traffic control is not included, it shall be considered subsidiary to other items.
When directed or approved for use by the City, portable changeable message signs meeting
the requirements of Section 604 of the AHTD Standard Specifications will be measured for
ST -119
1
City of Fayetteville
payment by the number of days each sign is required and authorized by the City. Payment
for a full day will be made for any portion of a day that the panel or sign is used, but the
measurement shall not exceed one per sign on any calendar day.
No other traffic control items will be measured.
510.04 Basis of Payment. Payment for aggregate base for roadway maintenance as
measured above will be made at the unit price bid per ton.
All other traffic control and maintenance materials and activities will be paid for at the lump
sum price bid for traffic control.
Payment will be made under:
Pay Item Pay Unit
Traffic Control and Maintenance LS
Aggregate Base for Roadway Maintenance Ton
Portable Changeable Message Sign Day
Section 511. Mobilization
511.01 Description. This item shall consist of preparatory work and operations, including
those necessary for the movement of personnel, equipment, supplies, and incidentals to the
project site.
This item shall also include other work and operations that must be performed, or for
expenses incurred, before beginning work on the various Contract items on the project site.
It shall also include pre -construction costs which are necessary direct costs to the project and
are of a general nature rather than directly attributable to other pay items under the Contract.
511.02 Measurement and Payment. Mobilization will be measured as a complete unit
and will be paid for at the contract lump sum price bid. In computing the allowable partial
payments from the schedule below, the percentage of the original Contract earned will be
based on all items exclusive of the item of Mobilization, and payment for this item at any of
the listed stages of completion will be made on the basis of the percentage of the item
allowed less all payments made.
PARTIAL PAYMENT SCHEDULE
Percent of Original Contract
Amount Earned
Percent of Bid Price for
Mobilization Allowed
First Pay Estimate
25%
10%
50%
25%
100%
ST -120
I
Standard Street and Drainage Specifications
This item will be paid for on regular estimates. Payments on percentages of the original
Contract amount other than those set out above will not be considered. No adjustment in the
amount bid for this item will be made for additional quantities or items of work required to
satisfactorily complete the Contract.
IN NO CASE SHALL THE AMOUNT BID FOR THE ITEM OF "MOBILIZATION"
EXCEED 5% OF THE TOTAL CONTRACT AMOUNT FOR ALL OTHER ITEMS
LISTED IN THE PROPOSAL. Should the amount entered in the Proposal for this item
exceed 5%, the City will reduce it to the maximum allowed amount to determine the correct
total bid.
Payment will be made under:
Pay Item Pay Unit
Mobilization Lump Sum
I
Section 512. Fences
512.01 Description. This item shall consist of furnishing and erecting wire fence, chain
link fence, wood privacy fence and gates according to the plans and these specifications, and
1 in reasonably close conformity to the lines, grades, and alignment shown on the plans or as
directed.
1 512.02 Materials.
(a) General. All materials used shall be new and shall comply with the requirements for the
class and type of material specified. Previously used materials will be allowed for temporary
fencing.
I
I
t
I
t
[]
Concrete for setting posts shall comply with Section 601 for Class A Concrete.
(b) Wire Fence. Wood posts and braces shall be pressure treated, seasoned, sound, and
reasonably straight southern pine or Douglas Fir of the West Coast Region. The posts shall
be round and free from excessive end splits. Before pressure treatment, the posts and braces
shall have the bark removed, the knots trimmed flush, and the ends cut square. Posts that are
to be driven shall have the small end tapered. Posts shall be treated by a standard empty cell
or full cell process according to AWPA practice using creosote and retaining a minimum of 8
pounds per cubic foot of wood; or using pentachlorophenol, or chromated copper arsenate
and retaining a minimum of 0.4 pounds per cubic foot of wood.
Metal posts and braces shall be of good commercial quality iron or steel and may be tubular,
T, U, Y, or other shape manufactured for use as fence posts or braces.
Woven Wire Farm Fence shall be AASHTO Design Number 1047-6-11 AASHTO M 279 or
ASTM Al 16, Class 3 galvanizing.
ST -121
I
City of Fayetteville
Barbed wire shall be 12 V2 gauge with 4 -point barbs and shall comply with AASHTO M 280,
Class 3 galvanizing.
As an alternate to the barbed wire specified above, high tensile wire having the same
galvanizing and breaking strength as Class 3, 12 '/z gauge wire, and complying with the
remaining requirements of AASHTO M 280 for a four point barb may be used.
The minimum gage of the high tensile barbed wire shall be as follows:
Strand wire gage 15 '/2
Barb wire gage 17
Staples used to attach the wire fencing to wood posts shall be galvanized 9 gage, 38 mm (l
''/2") in length.
Steel line posts shall be galvanized or painted and comply with AASHTO M 281. Tubular
steel posts shall comply with Grade I or Grade 2 of AASHTO M 181, or an approved
alternate of Grade 2.
Hardware and fittings shall comply with ASTM F 626. Any miscellaneous hardware or
fittings not mentioned in ASTM F 626 shall be galvanized according to the applicable
requirements of AASHTO M 111 or M 232.
(c) Chain Link Fence. Material for chain link fence shall comply with AASHTO M 181
Types I, II, or III. Steel members for posts, rails, expansion sleeves, and gate frames may be
either Grade I or Grade 2. The shape, size, and length of posts and rails, and the height of
fabric shall be as shown on the plans.
Hardware and Fittings shall comply with ASTM F 626. Any miscellaneous hardware or
fittings not mentioned shall be galvanized according to AASHTO M 111 or M 232. Tension
wire shall be minimum 7 gauge.
Aluminum alloy fabric shall be used only with aluminum posts. Aluminum coated steel
fabric and galvanized steel fabric, Class C, shall be used only with Grade 1 or Grade 2 steel
posts. Fence fabric shall be minimum 9 gauge wire for 6' fencing and 12 gauge wire for 4'
fencing.
Frames for gates shall be galvanized steel or aluminum of the type and length shown on the
plans. Frames shall be Grade 1 or Grade 2. Welds shall be galvanized. Commercial gates
may be used if they are equal to or better than the planned gates as determined and approved
by the Engineer/City Engineer.
The gate fabric shall be of the same type material and be in accordance with the same
specifications as the adjoining fence.
(d) Wood Privacy Fence All pine wood material shall be pressure treated with
pentachlorophenol or chromated copper arsenate and shall retain a minimum of 0.4 pounds
ST -122
I
I
f!
I
1
LI
I
I
Li
I
• Wire tension braces for wood pull, end, and corner assemblies shall consist of a 9 gauge wire
passed around the posts to form a double wire. The wire shall be fastened to each post and
the ends fastened together to form a continuous wire. The wires shall then be twisted
together until the wire is in tension.
IWhere the new fence joins an existing fence, the two shall be attached in a satisfactory
manner, with end posts being set as directed. Where the proposed fence intersects an
existing fence, the end post shall be set for the existing fence clear of the proposed fence line
as shown on the plans. The wire of the existing fence shall be stapled to the end post.
Pull post assemblies shall be placed at intervals of not more than 300' in straight alignment
I
on level or uniformly sloping ground. Pull posts shall also be placed at all sharp vertical
angle points in the line.
Standard Street and Drainage Specifications
per cubic foot of wood. Cedar panels shall be reasonably straight and free from knots,
warping, and other defects.
(e) Temporary Fencing Materials for temporary fencing shall be appropriate for the use
intended.
512.03 Construction Requirements.
(a) General. The fence shall be erected parallel to the right-of-way line, or as directed.
Unless otherwise specified, the fence shall be a minimum of 6" and a maximum of 1' behind
the right-of-way line. The fence grade shall generally follow the ground contour, but shall
present a uniform appearance. Minor grading along the fence line may be necessary to
obtain the desired uniformity in fence grade. The fence alignment may be adjusted by the
Engineer/City Engineer to preserve trees, land monuments, and property corner markers.
(b) Wire Fence. Line posts and pull assemblies shall be spaced as shown on the plans.
Wood corner, gate, and pull posts may be driven in place provided the driving does not
damage the post; or they may be set in dug holes and set in concrete. Metal comer, gate, end,
and pull posts shall be set in concrete. Wire shall not be stretched onto posts set in concrete
until seven days after placement of posts. Posts shall be set plumb.
The Contractor has the option of using wood or steel posts and braces unless otherwise
specified, but shall use the same material on the entire project. Wood end, corner, and pull
posts may be used with steel line posts.
When solid rock is encountered, the posts shall be set into the rock a minimum of 10" for line
posts and 16" for end, corner, gate, and pull posts. The hole in the rock shall have a
minimum cross section dimension 1" greater than the post to be set. The posts shall be cut
before setting to give the proper length above ground surface. The hole shall be filled with
Concrete or a grout consisting of 1 part portland cement and 3 parts concrete sand.
Corner post assemblies shall be placed at all horizontal angle points of 15° or more in the
fence. When the distance from a corner post to the next corner or pull post is less than 165',
one approach span on the corner assembly may be omitted.
ST -123
City of Fayetteville
End post assemblies at fence ends, gates, bridge abutments, and on banks of streams shall be
erected in the same manner as corner construction. Extra length posts shall be provided for
crossing small streams, ditches, ravines, or soft ground. Additional depth of set shall be
secured in soft ground as directed.
The wire shall be attached to the face of the post away from the street. The wire shall be
1
attached to wood line posts with staples driven at right angles to the grain and at a slight
downward angle to attain the best anchorage. The staples shall not be driven tightly against
the wire but shall leave free space for adjustment in tension due to changes in temperature.
Wire shall be attached to steel line posts with approved galvanized clips. All barbed wire
and alternate line wires of woven fabric shall be fastened to each line post. Barbed wire and
all line wires of woven fabric shall be fastened to end, corner, and pull posts by wrapping the
wire around the posts and tying the wire back on itself with not less than 3 tightly wrapped
twists. Splicing of barbed wire and woven wire shall be done according to the plans. Gates
of the same width and material type shall be placed at locations of existing gates as shown on
the plans. Gates may be re -used if they have not been damaged during the construction
period. If existing gates are not in satisfactory conditions for reuse, they shall be replaced at
no cost to the City.
(c) Chain Link Fence. All posts shall be set in concrete as shown on the plans, plumb, and
true to line and grade. Concrete shall comply with Section 601 for Class A and shall be
1
thoroughly tamped around the posts. The posts shall be equally spaced in the line of fence
not to exceed a spacing of 10 feet. The top of the footing shall be domed to drain water away
from the post. Concrete in post footings shall be at least 7 days old before stretching and
I
securing fabric to posts, bracing, or hanging gates.
Top rails shall pass through post caps and shall be securely fastened to end, brace, pull, and
corner posts. Joints in top rails shall be made with expansion sleeve couplings to provide a
substantial connection and allow for expansion and contraction of the rail.
1
Before the fence fabric is placed, the tension wire shall be placed at the proper location;
stretched taut; securely anchored to each end, corner, or intermediate brace post; and
satisfactorily fastened to each line post.
I
The fence fabric shall be attached to the face of the post facing the street.
The end of the fabric shall be attached to the posts by means of a stretcher bar threaded
I
through the end loops of the fabric and secured to the posts with clamps and bolts. The
fabric shall be stretched to remove all slack with approved stretching equipment. The
stretched fabric shall be secured to line posts, top rail, braces, and tension wire with specified
fabric fasteners. Fabric fasteners shall be placed on line posts at not greater than 24" centers.
Stretching operations shall be repeated at approximately every 100' for each run of fence.
The use of trucks, tractors, and similar equipment will not be permitted in the stretching
operation, except as anchors.
J
ST -124 I
1
I
Standard Street and Drainage Specifications
Splicing of the fabric shall be done by interweaving a wire picket through each end loop of
1 each piece of fabric in a manner that will neatly and securely fasten the lengths of fabric
together.
(d) Wood Privacy Fence Wood privacy fence shall be constructed at all locations where
existing privacy fence is required to be removed, at other locations shown on the plans, or as
directed by the Engineer/City Engineer.
jWood privacy fence shall be constructed as shown on the plans or shall match the existing
fence in materials and configuration as closely as possible. Materials and workmanship of
wood privacy fences, including gates, shall be of the same or better quality as the existing
fence.
(e) Gates. Gates of the length and type of existing gates shall be constructed at the locations
shown on the plans or as directed.
(f) Temporary Fencing. Temporary fencing shall be installed as required to contain
livestock, pets, and to maintain safety and security of adjacent properties. Fences shall be
installed and maintained that their intended purpose is accomplished.
1 512.04 Method of Measurement.
(a) Fence will be measured by the linear foot in place along the midpoint in height of the
fence from outside to outside of the end posts. The lengths of gates will be excluded from
this measurement.
(b) Gates will be measured by the Linear Foot.
(c) Temporary fencing, if included as a bid item, will be measured by the linear foot (LF). If
this item is not included as a pay item, temporary fencing will be considered subsidiary to
other items and will not be measured.
512.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for as follows:
Barbed Wire Fence will be paid for at the contract unit price bid per linear foot for Barbed
Wire Fence. Barbed and Woven Wire Fence will be paid for at the unit contract price per
linear foot for Woven and Barbed Wire Fence. Chain Link Fence will be paid for at the
contract unit price bid per linear foot for Chain Link Fence of the height specified. Wood
Privacy Fence will be paid for at the contract unit price bid per linear foot for Wood Privacy
Fence of the height specified. Gates will be paid for at the contract unit price bid per linear
foot for Gates of the type and dimensions specified. Temporary fencing will be for at the
contract price per linear foot for temporary fencing of appropriate materials and heights.
The contract unit prices mentioned above shall be full compensation for clearing, grading,
setting posts, erecting fence, and removing temporary fences; for excavation and backfill; for
furnishing materials; and for all labor, equipment, tools, and incidentals necessary to
complete the work.
ST -125
City of Fayetteville
Payment will be made under:
Pay Item Pay Unit
Barbed Wire Fence
LF
Woven and Barbed Wire Fence
LF
Woven Wire Fence
LF
Chain Link Fence
LF
Chain Link Gates
LF
Wood Privacy Fence
LF
Gates for Wood Privacy Fence
LF
Temporary Fencing
LF
Section 513. Handicap Ramps
513.01 Description. This item shall consist of the construction of handicap ramps in
accordance with these specifications and the Standard Drawings at the locations shown on
the plans or as directed by the Engineer/City Engineer.
513.02 Materials. Concrete used shall meet the requirements for Class A or B Concrete as
provided in Section 601. The maximum allowable slump shall be 4 inches. The maximum
water -cement ratio for the mix selected shall not be exceeded.
Cast -in -place detectable warning panels used shall be composed of a vitrified polymer
composite material. The color of the panels shall conform to Federal Color No. 33538, and
shall be homogeneous throughout the product. The panels shall be cast into the wet concrete.
Surface applied products shall not be allowed. The cast -in -place detectable warning panels
shall meet the size and spacing requirements shown in the plans.
513.03 Construction Requirements. When a ramp is to be constructed on an existing
sidewalk, any items that are planned to be retained but are damaged during the removal or
construction operations shall be repaired at no cost to the City.
Handicap Ramps shall be constructed in accordance with Section 502 and the current City of
Fayetteville Standard Drawings. Cast -in -place detectable warning panels shall be installed
into the wet concrete per the manufacturer's specifications.
513.04 Method of Measurement. Cast -in -place detectable warning panels will be
measured by the square foot. Concrete used in Handicap Ramps will be measured by the
square yard. Limits of measurement will be as shown on the Plans.
513.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per square foot for Cast -in -Place
Detectable Warning Panels and per square yard for Handicap Ramp Concrete of the type
specified, which price shall be full compensation for excavation and backfilling; for
furnishing materials including joint filler; for constructing the ramp, for furnishing and
ST -126
I
Standard Street and Drainage Specifications
placing cast -in -place detectable warning panels; and for all equipment, tools, labor, and
incidentals necessary to complete the work.
Payment will be made under:
Pay Item Pay Unit
Cast -in -Place Detectable Warning Panel SF
Handicap Access Ramp SY
Section 514. Project Signs
' 514.01 Description. This item shall consist of installing new project signs and supports
furnished by the Contractor as shown on the plans, or as directed by the Engineer/City
Engineer. The layout of the sign must be submitted to the Engineer for approval prior to
installation.
514.02 Materials and Sign Layout. The structure and frame of project signs shall be
wood or metal and shall structurally adequate to support the sign. Rough hardware shall be
• galvanized or aluminum.
The sign surface shall be constructed of minimum 3/4 inch thickness exterior grade plywood
with medium density overlay. Panels shall be of size to minimize joints. Overall size shall
be 4' x 8' unless otherwise specified.
Paint colors will be selected by Owner. Information Content shall be as follows:
Project title, logo, and name of Owner as shown on Contract
Documents.
Names and titles of authorities.
Name, title and address of Engineer.
Name of prime Contractor and major Subcontractors.
Any additional information requested by Owner.
1 514.03 Construction Requirements. The Contractor will furnish new project signs and
supports and shall install the signs at the locations as shown in the plans or as directed by the
Engineer/City Engineer. The Contractor will maintain the signs during construction. Should
the sign or support become damaged during construction, the Contractor will furnish the
replacement. The project signs shall be installed within two days after commencement of
mobilization. Project signs are to be removed following the announcement of the project's
Final Completion bythe Engineer. Final payment will be withheld until
project signs have been removed.
ST -127
I
City of Fayetteville
514.04 Method of Measurement and Basis of Payment. Projects signs will be
measured on a per each basis. Payment will be made for each sign constructed and installed
according to the Plans and Specifications in the locations designated by the City. The price
bid for each sign will be full compensation for all construction, installation, and maintenance
of the signs.
Payment will be made under:
Pay Item Pay Unit
Project Signs EA
Section 515. Handrail
515.01 Description. This item shall consist of furnishing and erecting galvanized steel
handrail on box culverts, headwalls, retaining walls, sidewalks, or steps, where shown on the
Plans, or as directed by the Engineer/City Engineer, in accordance with the details shown on
the Plans and with these specifications.
515.02 Materials.
(a) General. All materials used shall be new and shall comply with the requirements for the
class and type of material specified.
All handrail materials shall be galvanized, powder coated steel, coated at the rate of 2.0
ounces of zinc per square foot of surface coated,with a 3 mil dry film thickness of powder
coating top coat suitable for exterior application. The powder coating color shall be selected
by the owner from a color chart provided by the contractor.
515.03 Construction Requirements.
(a) General. All welding shall be in accordance with current provisions of Specifications for
Welded Highway and Railroad Bridges, American Welding Society. Welding shall be done
by the shielded arc method and shall be done only by certified welders. Welding rods shall
be low hydrogen suitable for use with the metal being welded. Welds joining sections of
handrail shall be ground smooth prior to touch up painting. All damaged coatings shall be
repaired in accordance with paint manufacturer recommendations and to the satisfaction of
the City
Other galvanizing and painting methods may be used if approved by the Engineer/City
Engineer.
Prior to installation, the Contractor shall contact the Engineer/City Engineer for his
inspection of the Handrail.
515.04 Method of Measurement.
ST -128
1
Standard Street and Drainage Specifications
(a) Galvanized steel handrail will be measured by the linear foot, completed and accepted.
1 515.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for as follows:
ISteel handrail acceptably completed and measured as provided above, will be paid for at the
contract unit price per linear foot bid for "Steel Handrail," which price shall be full
I
compensation for furnishing and installing all materials, including sleeves with plates, grout;
and for all equipment, tools, labor, and incidentals necessary to complete the work.
;r Payment will be made under:
Pay Item Pay Unit
ISteel Handrail LF
Section 516. Tree Protection Fencing
516.01 Description. This item shall consist of providing, installing, and maintaining tree
protection fencing per the detail in the Drawings at all the locations indicated on the
Drawings and/or as directed by the Engineer.
1 516.02 Materials.
516.03 Construction Requirements. Tree protection fencing shall be installed at
locations shown on the Plans, or as directed by the Engineer prior to any construction
operations within the vicinity. Fencing shall be installed in accordance with the details on
the plans, and shall be maintained so that it provides adequate protection throughout the
Project. Fencing shall be removed after all work has been completed or when directed by the
Engineer.
1 516.04 Method of Measurement. Tree Protection Fencing shall be measured by the
linear foot (LF) of Tree Protection Fencing actually installed.
516.05 Basis of Payment. Work completed and accepted and measured as provided
above will be paid for at the contract unit price bid per Linear Foot for Tree Protection
Fencing, which price shall be full compensation for providing, installing, maintaining, and
removing tree protection fencing, and for all labor, equipment, tools, and incidentals
necessary to complete the work.
Payment will be made under:
1 Pay Item Pay Unit
Tree Protection Fencing LF
ST -129
I
1
Standard Street and Drainage Specifications
I
L.
DIVISION 600. MATERIALS
I
f1
I
I
I
El
I
I
I
Li
I
I
LI
I
I
Section 601. Cast -in -Place Concrete
601.01 Description. This item shall consist of concrete in pavements, culverts, and
miscellaneous structures, prepared and constructed in accordance with these specifications
and conforming to the lines, grades, dimensions, and designs shown on the plans. Concrete
shall consist of approved portland cement, fine aggregate, coarse aggregate, water, and any
approved chemical admixtures mixed in the proportions specified for the various classes of
concrete. All concrete shall be from a supplier approved by the Arkansas State Highway and
Transportation Department.
601.02 Materials. The materials used in concrete shall conform to the requirements of
AHTD Standard Specifications Section 802.02. Coarse aggregate gradation shall conform to
the requirements for Class A, S, S(AE), and Seal Concrete in Section 802.02.
Admixtures shall be used to improve certain characteristics of the concrete when specified on
the plans. They may also be used when requested by the Contractor and approved by the
City. The Contractor's request shall be supported with the manufacturer's certified
formulation of the proposed admixture and with sufficient evidence that the proposed
admixture has given satisfactory results on other similar work. Permission to use the
admixture may be withdrawn at any time by the City when satisfactory results are not being
obtained.
Admixtures shall be approved by the City. Admixtures shall be compatible with each other,
as advised by the manufacturer. The admixture dosage rate range as recommended by the
manufacturer shall be used. Should the dosage rate for any admixture not yield desirable
characteristics in the concrete, the dosage of admixture used shall be based on test results
obtained by trial batches.
Admixtures shall be added to the mixing water by means of a mechanical dispenser that will
accurately meter the additive throughout the mix water cycle. The dispenser shall be
constructed and connected so that the Engineer/City Engineer can readily determine the
amount of admixture entering the mixing water.
Fly ash may be used as a partial cement replacement not exceeding 20% by weight of the
cement when approved by the City. When fly ash is used, the total weight of both cement
and fly ash will be used in design calculations. Fly ash used in concrete shall meet the
requirements of ASTM C 618, Class C or F. Mixing of Class C and Class F fly ashes will
not be permitted. Use of fly ash shall be discontinued immediately, as directed by the
Engineer/City Engineer, when such use is determined to be causing the production of
concrete that does not meet Specifications.
601.03 Classes of Concrete. Two classes of concrete are provided for in these
specifications. The appropriate class of concrete shall be used as specified below or where
designated by the Engineer/City Engineer.
ST -131
City of Fayetteville
The following requirements shall govern unless otherwise shown on the plans:
Class A concrete shall be used in curb and gutter, sidewalks, drop inlets, junction boxes, and
miscellaneous concrete items.
Class B concrete shall be used in box culverts, bridges and concrete pavement.
These classes of concrete shall not be used if concrete is to be placed underwater. Concrete
to be placed under water shall meet AHTD Specifications for Seal Concrete.
601.04 Classification and Proportioning. The concrete mixture shall be proportioned
to insure a workable and durable concrete, as specified in the following table:
Characteristic
Class A
Class B
Minimum Compressive Strength (psi at 28 days)
3500
4000
Minimum Cement Content
bas er cu. yd.)
5.5
6.0
Maximum Net Water Content Per Bag (94 lb.) of
Cement (Gallons)
6.5
5.5
Slump Range (Inches)
1-4*
1-4*
Air Content Range (%)
4-7
4-7
Maximum Fly Ash Content
20%
20%
*Maximum slump shall be 2" when slip form paving methods are used.
For all classes of concrete, the concrete materials shall be using the Absolute Volumes
method in accordance with the requirements for the class specified.
The Contractor shall submit a mix design meeting the requirements of these Specifications.
Certification that all materials used in the concrete mix meet the requirements of these
Specifications shall be included with the mix design. No concrete shall be placed until a mix
design is approved by the City.
Compressive strengths for all classes of concrete will be determined from test cylinders made
in accordance with AASHTO T 23. If the strength required for the class of concrete being
produced is not obtained with the minimum cement content specified, additional cement shall
be used at no extra cost to the City.
601.05 Sampling and Testing. During the progress of work, concrete test specimens will be
made by the City or its authorized representative in accordance with American Concrete
Institute testing procedures. Sampling frequency will be as specified in Section 107.
Slump will be determined using AASHTO T 119. Air content will be determined using
AASHTO T 152. Compressive strength specimens will be made in accordance with
AASHTO T 23 and tested in accordance with AASHTO T 22.
ST -132
I
Standard Street and Drainage Specifications
Specimens for determining when forms may be removed, when a structure may be put in
service, or when concrete piling may be driven will be cured, as nearly as practicable, in the
same manner as the concrete in the structure and in accordance with AASHTO T 23.
601.06 Measurement of Materials. Materials will be measured by weighing, except as
otherwise specified or where other methods are specifically authorized by the Engineer/City
Engineer. Aggregates shall be measured separately and accurately by weight. Measuring
devices shall be operated in a manner that will consistently weigh the cement within ± 1%
and the individual aggregates within ± 2% of the required weight. Measuring devices shall
be so designed and plainly marked that the weights can be accurately and conveniently
verified for the quantities of each component actually being used.
Cement in standard packages (sack) need not be weighed, but bulk cement shall be weighed.
The mixing water shall be measured by weight or by volume. The water measuring device
shall be accurate to within 1%.
When the aggregates contain more water than the quantity necessary to produce a saturated
surface -dry condition, representative samples shall be taken and the moisture content
determined for each kind of aggregate.
601.07 Mixing Concrete. Concrete shall be thoroughly mixed in a mixer of an approved
size and type that will insure a uniform distribution of the materials throughout the mass.
The concrete shall be mixed only in the quantity required for immediate use. Concrete that
has developed an initial set shall not be used. Re -tempering concrete will not be permitted.
Mixers and agitators shall not be charged in excess of the manufacturer's rated capacity.
Concrete shall be delivered and discharged from the truck mixer or agitator into the forms
within 1 %2 hours after the introduction of the mixing water to the cement. In hot weather, or
under other conditions contributing to quick setting of the concrete, the maximum allowable
time may be reduced by the Engineer/City Engineer. Each mixture shall be accompanied by
a truck ticket issued at the batch plant. This ticket shall include the following information:
Unique ticket number.
I
Identification of the truck.
Date and time of batching.
Total weights and/or volumes of each component.
I
Total volume of mix.
Total quantity of water added after batching.
Time of discharge.
Plants and transit mix trucks shall be equipped ed with adequate water storage and a device for
q q g
accurately measuring and controlling the amount of water used in each batch.
Truck mixers shall be capable of combining the ingredients of the concrete into a thoroughly
mixed and uniform mass, and of discharging the concrete within the specified range of
ST -133
I
City of Fayetteville
consistency. The concrete shall be mixed not less than 70 nor more than 100 revolutions of
the drum or blades at the rate of rotation specified by the manufacturer as the mixing speed.
The pick-up and throw -over blades in the drum of all mixers shall be maintained in
satisfactory condition to assure thoroughly mixed concrete.
If additional mixing water is required to maintain the specified slump, approximately 20
revolutions of the mixer drum at mixing speed shall be required before discharge of any
concrete. No additional water shall be added without approval of the Engineer/City
Engineer.
601.08 Handling and Placing Concrete.
(a) General. The Contractor shall provide sufficient supervision, manpower, equipment,
tools, and materials and shall assure proper production, delivery, placement, and finishing of
the concrete for each placement in accordance with the specifications.
The time interval between batches of concrete in a continuous placement shall not exceed 20
minutes. The minimum placement rate shall be 20 cubic yards per hour in bridges, box
culverts, and retaining walls.
In preparation for the placing of concrete, construction debris and extraneous matter shall be
removed from the interior of forms. Struts, stays, and braces, serving temporarily to hold the
forms in correct shape and alignment pending the placing of concrete, shall be removed when
the concrete placement has reached an elevation rendering their service unnecessary.
(b) Conveying. Concrete shall be placed to avoid segregation of the materials and the
displacement of the reinforcement. The use of long troughs, chutes, and pipes for conveying
the concrete to the forms will be permitted only when authorized by the Engineer/City
Engineer. In case an inferior quality of concrete is produced by the use of such conveyors,
the Contractor shall cease the use of that conveyor until such corrections in procedure are
made to insure work of the quality specified.
Open troughs and chutes shall be of metal or metal lined. Where steep slopes are required,
the chutes shall be equipped with baffles or be in short lengths that reverse the direction of
movement. Aluminum chutes, troughs, and pipes shall not be used for depositing concrete.
Chutes, troughs, and pipes shall be kept clean and free from coatings of hardened concrete by
thoroughly flushing with water after each run. Water used for flushing shall be discharged
clear of the structure.
When placing operations involve dropping the concrete more than 5', it shall be deposited
through approved pipes. Walls of 10" thickness or less may be placed without the use of
pipes, provided the concrete can be placed without segregation.
(c) Placing. Concrete shall be placed in horizontal layers not more than 18" thick except as
hereinafter provided. When less than a complete layer is placed, it shall be terminated in a
vertical bulkhead. Each layer shall be placed and consolidated before the preceding batch
has taken initial set to prevent injury to the green concrete and avoid surfaces of separation
ST -134
1
Standard Street and Drainage Specifications
between the batches. Each layer shall be consolidated so as to avoid the formation of a
construction joint with a preceding layer that has not taken initial set.
Concrete in footings shall be placed in the dry unless natural conditions prohibit. In that
case, concrete shall be placed in accordance with Subsection 601.10. In order to separate
water from the concrete, it will be permissible to utilize polyethylene sheeting or tarpaulins
to maintain a physical barrier between the water and the concrete.
1 When the placing of concrete is temporarily discontinued, the concrete, after becoming firm
enough to retain its form, shall be cleaned of laitance and other objectionable material to a
sufficient depth to expose sound concrete. To avoid visible joints as far as possible upon
exposed faces, the top surface of the concrete adjacent to the forms shall be smoothed with a
trowel. Where a "feather edge" might be produced at a construction joint, an inset form shall
be used to produce an edge thickness of not less than 6 inches.
Immediately following the discontinuance of placing concrete, accumulations of mortar
splashed upon the reinforcing steel and the surfaces of forms should be removed. Dried
mortar chips and dust shall not be puddled into the concrete. If the accumulations are not
removed prior to the concrete becoming set, care shall be exercised not to damage or break
the concrete -steel bond at or near the surface of the concrete while cleaning reinforcing steel.
After initial set of the concrete, the forms shall not be jarred and no strain shall be placed on
the ends of projecting reinforcing bars.
Concrete in walls and top slabs of box culverts shall not be placed less than 24 hours after the
concrete in previous placements has set. Provision shall be made for bonding the walls to the
bottom slab or footing and the top slab to the walls by means of roughened longitudinal keys.
Before concrete is placed in the walls or top slabs, the bottom slab, footing, or walls shall be
thoroughly cleaned of extraneous material. No horizontal construction joints will be allowed
I
in any wall of a box culvert unless provided on the plans or approved by the Engineer/City
Engineer.
(d) Consolidating. All concrete, during and immediately after depositing, shall be
thoroughly consolidated. This shall be accomplished by mechanical vibration subject to the
following provisions:
The vibration shall be internal unless special authorization of other methods is given by the
Engineer/City Engineer.
I
Vibrators shall be of a type and design approved by the Engineer/City Engineer. They shall
be capable of transmitting vibration to the concrete at rated frequencies of not less than 4500
impulses per minute.
The intensity of vibration shall be such as to visibly affect a mass of concrete over a radius of
at least 18 inches.
The Contractor shall provide a sufficient number of vibrators to properly compact each batch
immediately after it is placed in the forms and shall have in reserve at all times sufficient
ST -135
I
City of Fayetteville
vibratory equipment to guard against shut down of the work because of the failure of the
equipment in operation.
Vibrators shall be manipulated to thoroughly work the concrete around the reinforcement and
embedded fixtures and into the corners and angles of the forms.
Vibration shall be applied at the point of deposit and in the area of freshly deposited
concrete. The vibrators shall be inserted and withdrawn out of the concrete slowly. The
vibration shall be of sufficient duration and intensity to thoroughly consolidate the concrete,
but shall not be continued so as to cause segregation. Vibration shall not be continued at any
one point to the extent that localized areas of grout are formed. Application of vibrators shall
be at points uniformly spaced and not farther apart than twice the radius over which the
vibration is visibly effective.
Vibration shall not be applied directly or through the reinforcement to sections or layers of
concrete that have hardened to the degree that the concrete ceases to be plastic under
vibration. It shall not be used to make concrete flow in the forms over distances so great as
to cause segregation, and vibrators shall not be used to transport concrete in the forms.
Vibration shall be supplemented by such spading as is necessary to insure smooth surfaces
and dense concrete along form surfaces and in corners and locations impossible to reach with
the vibrators.
These provisions shall apply to precast products except that, if approved by the Engineer/City
Engineer, the manufacturer's methods of vibration may be used.
601.09 Pumping. Concrete may be placed by pumping. The equipment for pumping shall
be arranged and operated so that no vibrations result that might damage freshly placed
concrete.
The Contractor will be permitted to furnish coarse aggregate for concrete that is to be
pumped in a size smaller than that specified provided that a suitable mix can be produced that
will conform to the requirements for the class specified.
Where concrete is conveyed and placed by mechanically applied pressure, the equipment
shall be adequate in capacity for the work. The operation of the pump shall be such that a
continuous stream of concrete without air pockets is produced. When pumping is completed,
the concrete remaining in the pipe, if it is to be used, shall be ejected in such a manner that
there will be no contamination of the concrete or separation of the ingredients.
Concrete for slump and air content requirements shall be obtained at the discharge end of the
pipe.
The use of aluminum pipe as a conveyance for the concrete will not be permitted.
601.10 Depositing Concrete Under Water. Concrete shall not be deposited in water
except when shown on the plans or with the approval of the Engineer/City Engineer. No
ST -136
I
Standard Street and Drainage Specifications
concrete shall be placed underwater without an approved mix design which meets the AHTD
requirements for Seal Concrete.
The supply of concrete shall be maintained at the rate necessary to raise the elevation over
the entire seal by a minimum of 1' per hour or an approved retarder shall be used as
necessary for lesser placement rates.
I
For parts of structures under water, seal concrete shall be placed continuously from start to
finish. The surface of the concrete shall be kept as nearly horizontal as practicable. The
Contractor shall provide equipment and personnel to sound the top of the seal in the presence
of the Inspector in order to verify the location of the seal at all times. Previously placed seal
concrete shall not have taken its initial set prior to the placement of adjacent concrete.
Concrete shall be carefully placed by means of a tremie or other approved method. Still
water shall be maintained at the point of deposit. Concrete shall be deposited in such a
manner that the planned horizontal concrete flow shall be no more than 15 feet.
A tremie shall consist of a tube having a diameter of not less than 10", constructed in sections
having flanged couplings fitted with gaskets and an approved foot valve. The tremie shall be
supported so as to permit rapid lowering when necessary to retard or stop the flow of
concrete. The discharge end shall be closed at the start of the work so as to prevent water
from entering the tube and shall be entirely sealed. The tremie tube shall be kept sufficiently
full to prevent the loss of the concrete seal. When a batch is dumped into the tube, the flow
of concrete shall be induced by slightly raising the discharged end, always keeping it in the
deposited concrete. If at any time the seal is lost, the tremie shall be raised, the discharge end
closed for a new start, and then lowered into position with the discharge end in the previously
deposited concrete. Aluminum tremies will not be permitted.
Dewatering may proceed when the seal concrete has been allowed to cure for a minimum of
72 hours at a water temperature above 45 degrees F. All laitance or other unsatisfactory
materials shall be removed from the exposed surfaces that are to support other structural
loads.
1 601.11 Joints.
(a) Construction joints. Construction joints shall be made only where located on plans or
shown in the placement schedule, unless otherwise approved by the Engineer/City Engineer.
The placing of concrete shall be carried continuously from joint to joint. The face edges of
all joints that are exposed to view shall be carefully finished true to line and elevation.
The surface of the hardened concrete shall be roughened in a manner that will not leave
loosened particles of aggregates or damaged concrete at the surface. It shall be thoroughly
cleaned of foreign matter and laitance and saturated with water.
If not detailed on the plans, or in the case of emergency, construction joints shall be placed as
directed by the Engineer/City Engineer. Shear keys or inclined reinforcement shall be used
IST -137
[---I
City of Fayetteville
where necessary to transmit shear or bond the two sections together. When shear keys or
inclined reinforcement is not provided, the concrete shall be roughened as directed.
(b) Expansion and Fixed Joints. Joints shall be constructed according to the details shown
on the plans.
1) Open Joints. Open joints shall be placed in the locations shown on the plans and
shall be constructed by the insertion and subsequent removal of a wood strip, metal
plate, or other approved material. The insertion and removal of the template shall be
accomplished without chipping or breaking the corners of the concrete.
Reinforcement shall not extend across an open joint unless specified on the plans.
2) Filled Joints. Poured expansion joints shall be constructed similar to open joints.
When premolded types are specified, the filler shall be in the correct position when
the concrete on the second side of the joint is placed. An approved joint sealer
meeting the requirements of Subsection 601.11(d) is required in addition to the joint
filler. The cavity for the sealer shall be formed by the insertion and subsequent
removal of a wood strip, metal plate, or other approved material.
(c) Contraction Joints. Contraction joints shall be constructed according to the dimensions
specified in the plans and these specifications. The joints shall continue continuously across
the full width of the concrete surface. Contraction joints shall be 1/8" to 3/8" wide and shall
extend to a depth equal to 1/4 to 1/3 of the thickness of the concrete being placed. All
contraction joints shall be sealed with an approved sealant meeting the requirements of
Subsection 601.11(d)(2).
(d) Joint Materials. Materials for filling and sealing joints shall be as shown on the plans
and shall comply with the following requirements, as applicable.
1) Expansion Joints. Expansion and isolation joints shall be filled with preformed
expansion joint filler. Joint fillers shall be a preformed, non extruding, resilient type,
meeting the requirements of AASHTO M213 or AASHTO M 153, Type I. The top
1/2" of expansion joints shall be sealed with an approved sealant meeting the
requirements of Section 601.11(d)(2)
Other types of joint fillers may be allowed if approved by the Engineer/City Engineer.
2) Contraction Joints. The material for filling and sealing longitudinal, warping,
contraction, and other specified joints shall be as shown on the plans. Joint sealant
shall be one of the following types.
a. A single component, non -sag, high performance, non priming elastomeric
polyurethane sealant conforming to ASTM C920, Type S. Sealant meeting
this specification may be used on all joints.
b. A single component, self leveling, high performance, non priming elastomeric
polyurethane sealant conforming to ASTM C920, Type S. Sealant meeting
this specification may be used on joints of all horizontal surfaces. This type
ST -138
I
I
I
I
1
1
I
I
I
Standard Street and Drainage Specifications
of sealant shall not be used on vertical and inclined surfaces, including curb
joints.
c. A joint sealer that is a hot poured elastomeric joint sealant. The material shall
comply with AASHTO M 282. The appendix of that specification shall be
considered a part of this specification.
d. A joint sealer that is a hot poured elastic type complying with AASHTO M
173.
Backer rod filler shall be installed per sealant manufactures direction and shall be
of resilient material approximately 1/8" larger in diameter than the width of the
joint to be sealed. All components of the joint sealant system, including the
backer rod, shall be compatible. No bond shall occur between the backup
material and the sealant system.
(e) Joint Sealant Construction Requirements. Joints shall not be filled and sealed for a
minimum of 6 days following placement of the concrete except that when High Early
Strength Concrete is used, the period may be reduced to 18 hours. Joint sealer shall not be
applied when the surface temperature of the concrete to be sealed is less than the application
temperature specified by the manufacturer.
Just before sealer placement, both vertical faces shall be thoroughly cleaned by sandblasting
with a nozzle attached to an aiming device that direct the sand blast at approximately a 45
degree angle and a maximum of 2" from the face of the joint. Each joint face shall be
sandblasted individually. After sandblasting, the joints shall be blown out with compressed
air that has been filtered and is completely free of oil and moisture. The joints shall be
thoroughly dry before sealer is placed.
• All joints shall be filled and sealed the same day of the final sandblasting. Cleaned joints left
open overnight shall be re -cleaned by sandblasting before filling and sealing. In the event
freshly cleaned joints become contaminated before they are sealed, they shall be re -cleaned
as specified above.
Backer material shall be installed in a manner that will result in the planned depth and shape
for the sealant, per manufacturer's recommendations.
601.12 Forms. Forms shall be mortar -tight and of sufficient rigidity to prevent distortion
due to the pressure of the concrete and other loads incident to the construction operations.
Forms shall be constructed and maintained so as to prevent warping and the opening of joints
due to shrinkage of the lumber.
The forms shall be substantial and unyielding and shall be so designed that the finished
concrete will conform to the proper dimensions and contours. The design of the forms shall
take into account the effect of vibration of concrete as it is placed.
Forms for exposed surfaces shall be made of dressed lumber or plywood of uniform
thickness, steel, or other approved materials that will provide a smooth surface, and shall be
ST -139
J
I
City of Fayetteville
mortar -tight. Forms shall have a 3/4" chamfer at all sharp corners unless otherwise directed.
In the case of projections, such as girders and copings, forms shall be given a bevel or draft
to insure easy removal.
Metal snap -ties within the forms shall be so constructed as to permit their removal to a depth
of at least I" from the face of the concrete. Metal inserts or anchorages within the forms
shall be so constructed as to permit their removal to a depth of at least 1" from the face of the
concrete or be covered by being embedded a minimum of 1" in the concrete. In case
ordinary wire ties are permitted, all wires, upon removal of the forms, shall be cut back at
least ¼" from the face of the concrete. All cavities shall be filled with cement mortar and the
surface left sound, smooth, even, and uniform in color.
Forms shall be set and maintained true to the line designated until the concrete is sufficiently
hardened. Before depositing new concrete on or against concrete that has hardened, the
forms shall be re -tightened. Forms shall remain in place for the periods specified in
Subsection 601.13. When forms appear to be unsatisfactory in any way, either before or
during the placing of concrete, the Engineer/City Engineer shall order the work stopped until
the defects have been corrected.
The shape, strength, rigidity, watertightness, and surface smoothness of re -used forms shall
be maintained at all times. Any warped or bulged lumber must be re -sized before being re-
used.
Forms shall be cleaned before being set to line and grade and shall be oiled prior to placing
reinforcing steel in the vicinity of the forms. Materials or methods used in oiling the forms
shall not result in the discoloration of the concrete.
601.13 Removal of Forms. In the determination of the time for the removal of forms and
the discontinuance of heating, consideration shall be given to the location and character of
the structure, the weather and other conditions influencing the setting of the concrete, and the
materials used in the mix.
Removal of forms shall be in accordance with the following schedule:
Item
Minimum Time
Strength Requirement
Top Slabs of RC Box Culverts
7 days
80% Specified
Forms for Columns and
Vertical Walls
24 hours
N /A
Side Forms for Parapets, Median
Barriers, and Curb Faces
6 hours
N/A
Forms on surfaces that will require a Class 2 finish in accordance with Subsection 601.16
shall be removed at the earliest time permitted under these Specifications in order to begin
finishing operations.
Forms and their supports shall not be removed without the approval of the Engineer/City
Engineer. Supports shall be removed in such a manner as to permit the concrete to uniformly
ST -140
I
I
I
I
I
I
I
I
I
I
Li
I
I
I
1
I
I
1
Standard Street and Drainage Specifications
and gradually take the stresses due to its own weight. Methods of form removal likely to
cause overstressing of or damage to the concrete shall not be used.
601.14 Weather and Temperature Limitations.
1 (a) Hot Weather. When the internal temperature of the plastic concrete reaches 85° F, the
Contractor shall take the necessary precautions to insure that the temperature of succeeding
batches does not exceed 90° F. Concrete batches with temperatures in excess of 90° F will
be rejected. The method used to control the concrete temperature shall be approved in
writing by the Engineer. The temperature of the plastic concrete shall be determined
immediately prior to its being deposited in the forms by inserting a thermometer to a depth
consistent with the capabilities of the thermometer being used to obtain a true reading. Prior
to beginning placement, the Contractor shall insure that sufficient materials, labor, and
equipment are available during placement to implement the previously approved cooling
process.
(b) Cold Weather. Concreting operations will not be permitted when a descending air
temperature falls below 40° F nor resumed until an ascending air temperature reaches 35° F
without specific authority from the Engineer/City Engineer. Under no circumstances will the
1 placing of concrete on a frozen subgrade be permitted. No concrete shall be placed unless
the temperature of the concrete is more than 50° F when placed. If heating of the ingredients
is necessary to meet this criterion, it shall be accomplished by a method such as dry heat or
steam and not by direct flame. Water shall not be heated to more than 180 degrees F, and
shall be combined with the aggregate before the addition of cement. Frozen aggregates may
not be used.
After concrete is placed, it shall be protected by insulated forms, blankets, enclosing and
heating, and/or any other method approved by the Engineer/City Engineer that will maintain
the temperature adjacent to the concrete at a minimum of 50° F for at least 5 days. Concrete
that has been frozen or damaged due to weather conditions shall be removed and replaced by
the Contractor at no cost to the City.
(c) Protection Against Rain. In order that concrete may be properly protected against the
effects of rain before the concrete is sufficiently hardened, the Contractor shall have available
at all times materials for the protection of the edges and surface of the unhardened concrete.
Such protective materials shall consist of standard metal forms or wood planks having a
nominal thickness of not less than 2" and a nominal width of not less than the thickness of
the pavement at its edge for the protection of the pavement edges, and covering material such
1 as burlap or cotton mats, or plastic sheeting material for the protection of the surface of the
pavement. When rain appears imminent, all paving operations shall stop and all available
personnel shall begin protection of the sides of the pavement and covering the surface of the
unhardened concrete with the protective covering. Any surface finish damaged by rain shall
be repaired or replaced to the satisfaction of the City at no cost to the City.
601.15 Curing Concrete.
(a) Materials. Materials used in curing concrete shall conform to one of the following types:
ST -141
City of Fayetteville
Burlap -polyethylene sheeting shall meet the requirements of AASHTO M 171.
Polyethylene sheeting shall meet the requirements of AASHTO M 171.
Copolymer/synthetic blanket shall meet the requirements of AASHTO M 171.
Copolymer/synthetic blankets shall be a composite of a copolymer membrane material
coated over a layer of absorbent nonwoven synthetic fabric weighing at least 6 ounces per
square yard, uniform in appearance, and free from visible defects.
Other approved sheeting materials shall meet the requirements of AASHTO M 171.
Membrane curing compound shall meet the requirements of AASHTO M 148, Type 1-D or
Type 2.
(b) Application. The exposed concrete, immediately after finishing, shall be covered with
one of the curing materials listed above and shall be kept continuously and thoroughly wet
for a period of not less than 5 days after the concrete is placed. Membrane curing does not
require the application of additional moisture.
Membrane curing compound shall not be used on surfaces requiring a Class 2 finish.
When membrane curing is used, the exposed concrete shall be thoroughly sealed by applying
the membrane curing solution immediately after the free water has left the surface. The
concrete inside the forms shall be sealed immediately after the forms are removed and
necessary finishing has been done. For uniform application in the field on vertical concrete
surfaces, the specified rate of application may be achieved by two coats applied at an interval
of approximately 1 hour.
The Contractor shall provide satisfactory equipment and means to properly control and
assure the direct application of the curing solution on the concrete surface so as to result in a
uniform coverage at the rate of 1 gallon for each 125 square feet of area.
If rain falls on the newly coated concrete before the film has dried sufficiently to resist
damage, or if the film is damaged in any other manner, a new coat of the solution shall be
applied to the affected portions equal in curing value to that specified above.
601.16 Finishing Concrete Surfaces. Surface finishes shall be classified as follows:
Class 1.
Ordinary Surface finish.
Class 2.
Rubbed finish.
Class 3.
Sprayed finish.
Class 4.
Exposed Aggregate finish.
Class 5.
Tined Surface finish.
Class 6.
Broomed finish.
Class 7.
Grooved finish.
All concrete shall be given a Class 1, Ordinary Surface Finish. In addition, if further
finishing is required, such other types of finish will be as specified herein.
ST -142
Standard Street and Drainage Specifications
I
Payment for finishes will be considered a part of the applicable item of concrete used.
1
The following surfaces shall be given a Class 2 finish except when a Class 3 finish is
specified in the plans:
tExposed
surfaces of retaining walls and box culvert wingwalls, surfaces of concrete rails, rail
posts, rail end posts, rail bases, and parapets, including the outside face.
At the option of the Contractor, a Class 3 finish may be used on all surfaces requiring a Class
2 finish provided the same class of finish is used on the entire job.
Sidewalks, curbs, exposed horizontal surfaces of inlets and junction boxes, and exposed
horizontal faces of miscellaneous concrete items shall be given a Class 6 finish.
Concrete pavement surfaces shall be given a Class 5 finish.
The various classes of surface finish are defined as follows:
1
(1) Class 1, Ordinary Surface Finish. Immediately following the removal of forms, fins
and irregular projections shall be removed from all surfaces except from those that are not to
be exposed or are not to be waterproofed. On all surfaces, the cavities produced by form ties
and all other holes, broken corners or edges, and other defects shall be thoroughly cleaned,
and after having been thoroughly saturated with water, shall be carefully pointed and trued
with a mortar of cement and fine aggregate mixed in the proportion of 1:2. Mortar used in
pointing shall be not more than 1 hour old. The concrete shall then be rubbed or sprayed, if
required, and cured as specified under Subsection 601.15. Construction and expansion joints
in the completed work shall be left carefully tooled and free of mortar and concrete. The
joint filler shall be left exposed for its full length with clean and true edges.
The resulting surfaces shall be true and uniform. Repaired surfaces, the appearance of which
is not satisfactory to the City, shall be rubbed as specified under Class 2 finish.
Exposed surfaces not protected by forms shall be struck off with a straightedge and finished
with a wood float to a true and even surface. The use of additional mortar to provide a
plastered or grout finish will not be permitted.
I
The tops of caps in the area of the bridge seat shall be finished with a steel trowel or by
grinding to a smooth finish and true slope at the proper elevation.
I
(2) Class 2, Rubbed Finish. After removal of forms, the rubbing of concrete shall be started
as soon as its condition will permit. Immediately before starting this work the concrete shall
be thoroughly saturated with water. Sufficient time shall have elapsed before the wetting
down to allow the mortar used in the pointing of rod holes and defects to thoroughly set.
Surfaces to be finished shall be rubbed with a medium coarse carborundum stone, using a
small amount of mortar on its face. The mortar shall be composed of cement and fine sand
mixed in proportions used in the concrete being finished. Rubbing shall be continued until
form marks, projections, and irregularities have been removed, voids filled, and a uniform
I
ST -143
I
City of Fayetteville
surface has been obtained. The paste produced by this rubbing shall be left in place at this
time.
After concrete above the surface being treated has been cast, the final finish shall be obtained
by rubbing with a fine carborundum stone and water. This rubbing shall be continued until
the entire surface is of a smooth texture and uniform color.
After the final rubbing is complete and the surface has dried, it shall be rubbed with burlap to
remove loose powder and shall be left free from all unsound patches, paste, powder, and
objectionable marks.
(3) Class 3, Sprayed Finish. The material furnished for sprayed finish shall be a
commercial paint type texturing product produced specifically for this purpose, and shall
consist of a synthetic non -alkyd resin containing mica, perlite, non -biodegradable fibers, and
durable tinting pigments. The material shall be approved by the City. Unless otherwise
specified in the Contract, the color of the sprayed finish shall be concrete gray, equal or close
to Shade 36622 of the Federal Color Standard 595 A.
Surfaces to be coated shall be free from efflorescence, flaking, coatings, dirt, oil, and other
foreign substances. The sprayed finish shall not be applied over surfaces cured with
membrane curing compound until 30 days has elapsed from application of the membrane.
Prior to application of spray finish, the surfaces shall be free of moisture, as determined by
sight and touch, and in a condition consistent with the manufacturer's published
recommendations.
The spray finish shall be applied at a rate as recommended by the manufacturer and as
approved by the Engineer/City Engineer. The spray finish shall be applied with heavy duty
spray equipment capable of maintaining a constant pressure as necessary for proper
application.
The completed finish shall be tightly bonded to the structure and shall present a uniform
appearance and texture equal to or better than that required for rubbed finish. If necessary,
an additional coat or coats shall be applied to produce the desired surface texture and
uniformity. Upon failure to adhere positively to the structure without chipping or cracking,
or to attain the desired surface appearance, the coating shall be removed from the structure
and the surface given a rubbed finish, or another approved finish satisfactory to the City.
(4) Class 4, Exposed Aggregate Finish. This type of finish shall be produced by scrubbing
the surface of green concrete with stiff wire or fiber brushes, using a solution of muriatic acid
in the proportion of 1 part acid to 4 parts water, or by sand blasting, until the cement film or
surface is completely removed and the aggregate particles are exposed. The amount of
aggregate exposure will be specified on the plans or designated by the Engineer/City
Engineer. Any surface treated with muriatic acid shall be thoroughly washed with water to
which a small amount of ammonia has been added to remove all traces of the acid. The
resulting surface shall be an even pebbled texture.
(5) Class 5, Tined Roadway Surface Finish. The concrete roadway surface shall be given a
finish with a burlap drag, followed by tining.
ST -144
I
I
I
I
I
r1
I
I
I
I
I
11
I
I
I
I
I
u
Standard Street and Drainage Specifications
I
I
I
I
I
Li
fl
I
I
I
I
LI
F-1
Li
I
The surface shall be finished by dragging a seamless strip of damp burlap over the full width
of the roadway surface. The burlap drag shall consist of sufficient layers of burlap and have
sufficient length in contact with the concrete to slightly groove the surface, and shall be
moved forward with a minimum bow of the lead edge. The drag shall be kept damp, clean,
and free of particles of hardened concrete.
The final finish shall be accomplished by using the drag finish as described above with the
further application of a metal tine finishing device. The tine shall be approximately 0.032"
by 0.125" of steel flat wire, 2" to 5" in length, and spaced on '/2" to 3/4" centers. The grooves
produced in the concrete shall be substantially from 1/8" to 3/16" in depth. The grooves
shall be transverse to the centerline of the surface. The metal tine device shall be operated by
approved mechanical or manual means. Other texturing equipment may be approved by the
Engineer/City Engineer provided it produces a texture equivalent to that produced by the
metal tine.
The tining shall be terminated with a transition in depth 18" from the gutter line. The outer
18" of the tined surface shall receive a Class 6, broomed finish.
(6) Class 6, Broomed Finish. After the concrete has been deposited in place, it shall be
consolidated and the surface shall be struck off by means of a strike board, floated, and
broomed. An edging tool shall be used on edges and expansion joints. The surface shall not
vary more than '/4" under a 10' straightedge. The surface shall have a granular or matte
texture.
(7) Class 7, Grooved Finish. The roadway surface shall be grooved perpendicular to the
centerline with grooves extending across the slab to within 18" of the gutter line. The
grooves shall be cut using a mechanical sawing device that will leave grooves 1/8" to 3/16"
in depth and spaced on '/z" to 3/4" centers.
Section 602. Reinforcing Steel
602.01 Description. This item shall consist of reinforcing steel and miscellaneous
accessories of the quality, type, size, and quantity designated, which shall be furnished and
placed in concrete according to these specifications and in conformity with the details shown
on the plans, or as directed.
602.02 Materials.
(a) Bar Reinforcement. Bar reinforcement for concrete in sizes up to and including #18
shall conform to the requirements of AASHTO M 31 or M 53.
(b) Wire and Wire Fabric. Wire, when used as reinforcement in concrete, shall conform to
the requirements of AASHTO M 32 or M 225.
(c) Bar Mat Reinforcement. Bar mat reinforcement for concrete shall conform to the
requirements of AASHTO M 54.
ST -145
City of Fayetteville
(d) Epoxy Coating. When specified, reinforcing steel bars shall be coated according to
AASHTO M 284 using a coating material that meets the requirements of Annex Al of
AASHTO M 284.
The Contractor shall supply to the Engineer a written certification that properly identifies the
number of each batch of coating material used in the order; the material, quantity
represented, date of manufacture, and name and address of the manufacturer; and a
statement that the supplied coating material meets the requirements of Annex Al of
AASHTO M 284.
Patching material, compatible with coating material, inert in concrete, and meeting the
requirements of Annex Al of AASHTO M 284, shall be provided by the epoxy coating
manufacturer.
602.03 Bar Lists and Bending Diagrams. All reinforcing steel shall be fabricated to
conform to the details shown on the plans. Pins used for bending reinforcing steel shall be
equal to or larger than that shown on the plans. Bar lists and bending diagrams for
reinforcing steel and bar supports will not be reviewed or approved by the Engineer. The
Contractor shall be responsible for the accuracy of the fabricated reinforcing steel.
602.04 Fabrication. Bar reinforcement shall be bent to the shapes shown on the plans.
Bars shall be bent cold, unless otherwise permitted by the Engineer. No bars partially
embedded in concrete shall be field bent, except as shown on the plans or specifically
permitted by the Engineer.
Radii for bends shall be as shown on the plans. When not shown on the plans, radii bends on
the inside of bars shall be as specified below.
Bar Number
Minimum Radii
Stirrups and Ties
4 bar diameters
3,4,5,6,7, or 8
6 bar diameters
9,10, or 11
8 bar diameters
14 or 18
10 bar diameters
The Engineer/City Engineer or his representative shall have free access to the shop for
inspection, and every facility shall be extended to him for this purpose. On a random basis,
samples of bars, other than the additional test bars, may be taken by the Engineer.
Epoxy coating applicators shall be CRSI certified. The Contractor shall inform the Engineer,
in writing, at least 10 days prior to performing any of the cleaning or coating operations. The
Contractor shall furnish to the Engineer the coating applicator's certification certifying that
all materials used, the preparation of the bars, coating, and curing were done according to
these specifications and that no bars contain more than six holidays per yard. The
certification shall include or have attached specific results of tests of coating thickness and
flexibility of coating.
ST -146
1
Standard Street and Drainage Specifications
602.05 Shipping, Handling, and Protection of Material. Bar reinforcement shall be
I
shipped in standard bundles, tagged and marked according to the Code of Standard Practice
of the Concrete Reinforcement Steel Institute.
Steel reinforcement shall be protected from damage. When placed in the work, it shall be
free from dirt, detrimental rust or scale, paint, oil, or other foreign substance. Steel
reinforcement shall be stored above the ground on skids, platforms, or other supports. Epoxy
I
coated reinforcing steel that is not incorporated into the work within 90 calendar days after
delivery to the project shall be protected from exposure to the sun.
I
Epoxy coating damaged during fabrication, shipping, or installation shall be repaired
according to AASHTO M 284. Damaged areas less than 0.10 square inch need not be
repaired but all areas larger than 0.10 square inch shall be repaired. The maximum amount
I
of damage shall not exceed 2% of the surface area of each bar. All damaged areas shall be
repaired according to the manufacturer's instructions. Repairs will be required on all sheared
or cut ends of bars, end areas left bare during the coating process, and any areas where the
entire coating is removed. All repairs shall be completed as soon as practicable and, in the
case of bare end areas and sheared ends, before visible oxidation of the surface occurs.
Epoxy coated bars shall not be flame cut.
The Contractor shall exercise caution when placing and vibrating concrete to prevent any
damage to epoxy coated bars. In order to prevent the vibrator from damaging the coated
bars, the head shall be covered with a sheet of rubber or a similar material as approved by the
I
Engineer/City Engineer.
602.06 Placing and Fastening. Steel reinforcement shall be accurately placed in the
positions shown on the plans and firmly held during the placing and setting of concrete. Bars
shall be tied at all intersections except where spacing is less than 12" in each direction, in
which case alternate intersections shall be tied. Bundled bars shall be tied together at not
1 more than 6' centers.
Bar positions or clearances from the forms shall be maintained by means of stays, ties,
hangers, or other approved devices. Reinforcing steel shall not be welded unless detailed on
the plans or authorized in writing by the Engineer. Metal bar supports that are in contact
with the exterior surface of the concrete shall have protection conforming with the CRSI
Specifications, Class 1 for Plastic Protected Bar Supports or Class 2 for Stainless Steel Bar
Supports, with the further provision that the plastic protection may be applied either by a
dipping operation or by the addition of premolded plastic tips to the legs of the supports.
IEpoxy Coated Bar Supports that are coated according to the provisions of AASHTO M 284
using a coating material meeting the requirements of Annex Al of AASHTO M 284 may be
substituted for Plastic Protected Bar Supports or Stainless Steel Bar Supports. All high
chairs and bar bolsters shall be metal. Any bar supports that deform under foot traffic or
other construction activities shall not be used.
When concrete is to rest on an excavated surface, layers of bars shall be supported above the
surface by metal chairs or by precast mortar or concrete blocks. The use of rocks, pieces of
I
ST -147
City of Fayetteville
stone or brick, pipe, wooden blocks, or chunks of concrete will not be permitted as bar
supports or spacers.
Reinforcement shall be placed by the Contractor and inspected and approved by the
Engineer/City Engineer before the placing of concrete begins. Concrete placed in violation
of this provision may be rejected and removal required. Unless otherwise shown on the
plans, the spacing of supports shall conform to the recommendations of CRSI.
Epoxy coated bars shall be placed on plastic coated or epoxy coated metal supports and shall
be held in place by use of plastic coated tie wires or molded plastic clips especially fabricated
for this purpose. Bar supports for epoxy coated bars shall be fully coated metal supports.
Epoxy coated bar supports shall be coated according to the provisions of AASHTO M 284
using a coating material meeting the requirements of Annex A I. In placing epoxy coated
bars, care shall be maintained to prevent coated bars from being damaged.
After the coated bars are secured to bar supports, a final visual inspection shall be made and
all uncoated or damaged areas coated or repaired as required by the Engineer/City Engineer.
602.07 Splicing. Reinforcing steel shall be furnished in the full lengths specified on the
plans. Bars spliced as a result of unforeseen construction conditions or sequences will
require the written approval of the Engineer. Splices shall meet the requirements of the
current edition of the AASHTO Standard Spec rf cations for Highway Bridges.
Secondary reinforcing used for distribution of loads, such as longitudinal bars in box culverts
and retaining walls may be lapped 32 bar diameters minimum if bars are #6 or smaller.
Primary reinforcing for columns and retaining walls which require splicing as a result of the
lowering of footings shall be spliced at the upper end of the original bars. Required lengths
of splices for primary reinforcing will be determined by the Engineer.
In lapped splices, the bars shall be placed in contact and fastened together in such a manner
as to maintain the minimum distance to the surface of the concrete as shown on the plans.
Sheets of wire fabric or bar mat reinforcement shall overlap each other sufficiently to
maintain a uniform strength and shall be securely fastened at the ends and edges. The lap
shall be not less than one space of wire fabric or bar.
ST -148
I
I
1
I
I
[Ii
I
I
I
I
I
1
I
it
�Jj
Iii
I
I
SECTION W-1
WATER SYSTEM MEASUREMENT AND PAYMENT
PART 1- GENERAL
1.1 SECTION INCLUDES:
A. Delineation of measurement and payment criteria applicable to Unit Price Work for Water System
Improvements, whether the unit price items are part of a unit price contract or are part of a Stipulated
Price contract.
B. Defect assessment and non-payment for rejected work.
1.2 UNIT QUANTITIES SPECIFIED
A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only.
Quantities and measurements supplied or placed in the Work and verified by Engineer shall
determine payment except those items of work that will be paid based on plan quantities..
B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the
required quantities at the unit prices contracted.
1.3 MEASUREMENT OF QUANTITIES
A. Measurement by Weight: Items measured by weight will use specified standard handbook weights
unless otherwise specified in this section for an individual item.
B. Measurement by Volume: Measured by cubic dimension using mean length, width and height or
thickness with survey chain or a steel tape.
C. Measurement by Area: Measured by square dimension using mean length and width or radius, with
survey chain or steel tape.
D. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord, with
survey chain or steel tape.
E. Individual Item Measurement: Items to be paid for "each" unit furnished and installed shall be
counted by Engineer.
1.4 PAYMENT
A. Payment Includes: Full compensation for required labor, Products, tools, equipment, plant,
transportation, services and incidentals; erection, application or installation of an item of the Work;
overhead and profit.
B. Final payment for Work governed by unit prices will be made on the basis of the actual
measurements and quantities accepted by Engineer multiplied by the unit price for Work which is
incorporated in or made necessary by the Work.
1.5 DEFECT ASSESSMENT
A. Replace the Work, or portions of the Work, not conforming to specified requirements.
B. If, in the opinion of Engineer, it is not practical to remove and replace the Work, Engineer will direct
that the defective Work will be repaired to the satisfaction of Engineer, and the unit price will be
adjusted to a new price at the discretion of Engineer.
C. The authority of Engineer to assess the defect and identify payment adjustment is final.
City of Fayetteville
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
1.6 NON-PAYMENT FOR REJECTED PRODUCTS
A. Payment will not be made for any of the following:
1. Products wasted or disposed of in a manner that is not acceptable.
I
2. Products determined as unacceptable before or after placement.
3. Products not completely unloaded from the transporting vehicle.
4. Products placed beyond the lines, levels or boundaries of the required Work.
5. Products remaining on hand after completion of the Work.
6. Loading, hauling and disposing of rejected Products.
1.7 INCIDENTAL ITEMS
A. General - Items indicated as incidental to a particular payment item are considered an integral part of
I
that payment item, and will not be measured or considered in determining payments.
B. Safety - Safety is considered as incidental to every payment item, except for excavation safety,
which is a separate bid item.
C. Testing - Testing of installed work required by the specifications to be completed by Contractor is
incidental to any item included in the unit or system being tested. Retesting after corrective action to
Work initially found to be defective is incidental to the item.
D. Excess Excavation - Excess excavation is generally incidental to the payment item, except where
Engineer has indicated that an excavation be expanded due to subsurface conditions. Excess
excavation undertaken by Contractor to stabilize the trench bottom or walls, where dewatering or
shoring would be suitable to correct trench conditions, will not be paid. Excess excavation includes
backfilling with approved material as specified or as indicated on the Drawings.
1
E. Miscellaneous - clean-up, project closeout, project record documents, and all costs not directly
mentioned in this section arc considered as incidental to the Work specified for Water Systems
Improvements.
1
1.8 PAYMENT ITEMS
A. PVC C-900 DR -I4 Water Line
1. Description - Furnish and install PVC pipe for water mains, including trenching, backfill,
bedding, dressing, and equipment, labor, and materials necessary to complete the work..
2. Incidental Items - Excavation, backfill, bedding, trace wire, detectable tape, dressing, and
equipment, labor, and materials necessary to complete the work. This item includes the
aggregate base material needed in the trench as bedding and as backfill under pavement areas.
3. Related Items - Ductile iron fittings to be used with water pipe will be paid under a separate
1
item.
4. Measurement and Payment - Payment shall be at the unit price per linear foot of water pipe
furnished, installed, tested, and accepted by Engineer measured from center to center of fittings
and valves to the nearest foot.
5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet
incorporated into the work, as approved by Engineer.
B. Gate Valve, Butterfly Valve, Tapping Valve, Tapping Sleeve & Tapping Valve with Sleeve
City of Fayetteville W 1 —2 1
Missouri Creek at Rolling Hills Drive Drainage Improvements
1
n
U
1 I . Description - Furnishing and installing water valves and tapping sleeves in accordance with the
specifications and as indicated on the Drawings.
' 2. Incidental Items - Incidental items include excavation, trenching, bedding, laying, polyethylene
encasement, backfill, concrete blocking, dressing, testing, and all equipment, tools, labor, and
materials necessary to complete the work.
I
I
i
I
I
I
I
Li
I
I
I
I
J
111
Li
Related Items - Water line and fittings are paid for under separate pay items.
4. Units and Measurement - Payment shall be at the unit price per each water valve, tapping
sleeve, and tapping valve with tapping sleeve installed, tested, and accepted by Engineer.
Partial Payment Provisions - Partial payment will be made for materials on site, but not yet
incorporated into the work, as approved by Engineer.
C. Compact Mechanical Joint Ductile Iron Fittings
Description - Furnish and install tees, bends, swivel adapters, megalugs, reducers, wyes, solid
sleeves, plugs, caps, and other ductile iron fittings as indicated on the Drawings or needed to
accomplish the required construction.
2. Incidental Items - Incidental items include excavation, backfill, bedding, polyethylene
encasement, concrete blocking, and all equipment, labor, and materials necessary to complete
the work.
3. Related Items - Water line pipe and appurtenances are paid for under separate pay items.
4. Units and Measurement - Payment shall be at the unit price per lb of fittings installed and
accepted by Engineer.
5. Partial Payment Provisions - Partial payment will be made for materials on site, but not yet
incorporated into the work, as approved by the Engineer.
D. Cut and Cap Existing Water Main
Description - Installing mechanical joint caps on existing water mains in accordance with the
specifications and as indicated on the Drawings.
2. Incidental Items - Incidental items include excavation, trenching, cutting the existing main and
installing the cap, polyethylene encasement, backfill, concrete blocking, dressing, testing, and
all equipment, tools, labor, and materials necessary to complete the work.
3. Related Items - Water line and fittings, including the cap, are paid for under separate pay items.
4. Units and Measurement - Payment shall be at the unit price per each cut and cap installation of
the size specified properly completed, tested, and accepted by Engineer.
E. 6" Service Saddle, 1" Corporation Stop and Tap (for Testing)
1. Description - Furnish and install service saddles and hardware for water service taps according
to the construction details and at the locations indicated on the Drawings.
2. Incidental Items - Incidental items include excavation, backfill, all connection fittings, meter
and all other materials, equipment, and labor necessary to complete the work.
3. Related Items - PVC water line shall be paid for under a separate pay item.
4. Units and Measurement - Payment shall be at the unit price per each 6" service saddle, 1"
Corporation Stop and Tap installed and accepted by the Engineer.
PART 2- PRODUCTS
City of Fayetteville WI — 3
Missouri Creek at Rolling Hills Drive Drainage Improvements
I
I
Eu
1 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 and Placement...........................................................................5
11. Air Release Valves.......................................................................................................6
12. Encasements.................................................................................................................6
13. Planned Water Outages................................................................................................6
14. Water System Study................................................................. ... 6
15. Applicability .........................................................................
................................... ....7
1 Part B, Materials
1. Pipe and Fittings...........................................................................................................8
2. Polyethylene Encasement (Pipe Wrap).......................................................................10
3. Detectable Tape..........................................................................................................10
4. Backfill Materials.......................................................................................................10
5. Pipe Bedding Materials ........................
6. Tracer Wire.................................................................................................................11
7. Concrete......................................................................................................................11
8. Steel Encasement Pipe................................................................................................11
9. Bolts............................................................................................................................12
10. Gate Valves................................................................................................................12
11. Butterfly Valves.........................................................................................................13
12. Valve Boxes...............................................................................................................14
13. Fire Hydrants.............................................................................................................14
14. Blow-offs...................................................................................................................15
15. Air Release Valves.....................................................................................................15
16. Tapping Sleeves.........................................................................................................15
17. Service Connection Materials....................................................................................15
ri
I
I
Part C, Construction Methods
1. Pipe Laying.............................................................................................
2. Pipe Trench, Excavation.........................................................................
3. Pipe Trench, Backfill..............................................................................
4. Meter Box Settings Installation.............................................................
5. Valve and Valve Box Installation...........................................................
6. Fire Hydrant Installation.........................................................................
7. Blow -Off Construction...........................................................................
8. Clean-Up.................................................................................................
9. Pavement Repairs....................................................................................
10. Barricades, Guards, and Safety Provisions............................................
11. Maintenance of Traffic and Closing of Streets......................................
Appendix A
Criteria for Required Fire Hydrants
Appendix B
Water Shut Down and Boil Orders for Contractor Work
.............18
.............23
.............23
.............24
.............25
.............26
.............27
.............27
.............30
.............31
.............31
j
1
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 be extended through all
the development to the property line so that future development(s) can tie on without disrupting the
service to or property of any existing customers or owners. Dead end lines shall be avoided
I
whenever possible. At the discretion of the City Engineer, water line extensions maybe required off
the development to loop with the existing water distribution system. Construction of such
extensions shall be at the expense of the developer.
IAt 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 are outside the City Limits, the placement of fire hydrants shall be optional and
in no case shall hydrants be 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
I
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.
1 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.
The minimum line size requirement for the provision of fire protection shall be a looped 6 -inch line
or, in the event of a dead end line, an 8 -inch. This minimum requirement shall apply regardless of
the theoretical flow capacities existing in the system. Even where a 6 -inch loop may be attained, the
Part A, General 1
City Engineer may require the installation of an 8 -inch line in certain locations where loops are long
and where large developments are involved. Lines larger than 8 -inch may be required if they are
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 water line in place than is required under Part
1, Paragraph 2 of these Specifications, the City may enter into an agreement with the developer to
provide for the construction of the larger sized line.
In that event, the City shall be responsible for the difference in material and installation cost between
the size line required for the developer and the size line desired by the City. The City shall not be
responsible for any engineering cost associated with the up -sizing unless the larger size line is more
than 12 -inches in diameter. The City shall not participate in the cost of an 8 -inch or smaller line,
except that the City may consider participating in the cost of smaller lines when a small number of
customers are involved in a non -development situation.
The cost involved in up -sizing shall be determined by the developer's engineer by the taking of bids,
and shall be approved by the City Engineer and by the City Council and/or Mayor.
Pre-existing system hardware, (manholes, hydrants, valve boxes, etc.) are at their established grade.
If a developer, home builder or home owner wants the grade to be changed, this must be done at the
requester's expense.
4. Easements:
For water lines that are up to 10 feet deep, easements shall be at least 20 feet in width with the water
line in the center of the easement. For water lines that are greater than 10 feet deep, easements shall
be 1 foot per foot of depth to the bottom of the pipe on each side of the water line. The easement
may be designated specifically for water line purposes or it may be a general utility easement.
Lines sized 12 -inches through 18 -inches shall not be placed in easements of less than 25 feet. Lines
larger than 18 -inches shall be placed in an easement of no less than 30 feet. Wider easements may be
required, depending on the specific circumstances involved.
New developments that contain existing water lines must modify the existing easements as necessary
to meet the above requirements for widths in relation to pipe location and size, including increasing
the size of the easement if proposed fill will cause the depth of bury to exceed ten feet.
Easements of a lesser width will be considered when adjacent to another easement or under other
special circumstances.
5. Permits:
Part A, General 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
I
I
I
I
I
All permits required to accomplish the work shall be the responsibility of the owner or engineer.
Such permits may include but are not limited to permits for work within Highway Department R/W,
railroad crossing permits, "Notice of Intent" for Erosion Control (Arkansas Department of
Environmental Quality) 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 specifications as far as engineering, construction techniques, materials, testing, and
I inspections are concerned. After a final inspection and acceptance of the work, the line shall be
owned and maintained by the owner of the property it serves.
I
I
I
I
u
[1
I
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 (straw
bales, silt dams, silt ponds, etc.) must be in place in the field prior to construction. For projects that
require a permit, it is the responsibility of the contractor to have on file with the Arkansas
Department of Environmental Quality a "Notice of Intent".
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.
7. Inspections and Testing Procedures:
All field tests required for a project shall be witnessed by the City in the presence of the Engineer of
Record or his authorized representative and the Contractor. The City representative shall be one of
the Public Works Construction Inspectors.
The City requires a 24 hour working day notice on all tests. Calls to the City for the purpose of
setting test times shall be made by no later than 10:00 AM for test on the following work day.
Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot be
reasonably scheduled so that a representative of the City can be present, the Engineer of Record will
witness the test and certify to the City the results.
Part A, General 3
I
J
In no case shall a test be made without the presence of the Engineer of Record and the Contractor. It
is the responsibility of the Engineer of Record and/or the Contractor to coordinate the scheduling of
tests with the City and with the other parties involved.
The tests generally associated with water line construction are:
a) The pressure testing of tapping sleeve installations
b) The pressure testing of lines after installation
c) The bacteriological (Bac-T) testing
d) Fire Hydrant testing
e) Trace Wire continuity testing
f) Meter Tail leakage testing
Generally, no Contractor or Engineer of Record involvement is 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 may require the presence of the Contractor or
Engineer of Record when 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 for testing. Results obtained by the City
shall be forwarded to the Engineer of Record either by fax or by mail immediately upon receipt by
the City.
Lines failing the Bac-T tests shall be re -sampled as soon as practicable. If a line fails two (2)
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 rescheduling 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. The fire hydrant valve
shall be left in the open position during the test and after the test is completed.
All equipment, materials, and labor required for testing shall be furnished by the Contractor at his
expense.
8. Final Acceptance by the City:
The City will be deemed to have accepted water lines and appurtenances for ownership upon
completion of the following.
Part A, General 4
I
I
I
1
I
1
I
I
P
H
I
1
I
Li
I
Acceptable Final Inspection by the following: (a) a representative of the City Engineer's Office,
(b) a representative of the Fayetteville Water and Sewer Maintenance Department, (c)
the Engineer of Record, and (d) the Contractor.
Acceptable walk-through by the Meter Foreman for location, grade, and condition of water
meter settings
Construction Cost is received by the City
• Two sets of Record Drawings are received by the City
• Engineer of Record Certification is received by the City
Letter of Acceptance is granted by the City
fl
I
I
I
I
I
I
I
Li
u
I
I
I
Once the City accepts the project for ownership, the Owner shall be responsible for the provision to
the City of a two (2) year maintenance bond for 100 percent of the 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.
No water meter shall be set until all final acceptance requirements are met and the line is accepted in
writing 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.
In all rural settings except those in cleaned yards, when valve boxes, bends, air release valves, blow -
offs, meter boxes and other similar hardware are installed in an easement location, water system
marker signs shall be installed so that the items may be more easily found. The marker signs shall
be blue, with a reflective blue and white label. The signs shall be anchored in a 6" diameter or 6"
square, 4" thick, concrete pad which shall be installed at or below ground level.
10. Fire Hydrant Spacing and Placement:
Fire hydrants for single family dwellings and duplexes shall be installed so that (1) the distance
between two consecutive fire hydrants does not exceed 800 feet, and (2) no lot is more than 400 feet
from a fire hydrant. Fire hydrants for apartment complexes, commercial structures, and industrial
structures shall be installed so that the distance between two consecutive fire hydrants does not
exceed 600 feet; provided the Fire Chief shall have the authority to require additional fire hydrants
upon a determination that such additional fire hydrants are necessary to provide adequate fire
protection (as outlined in Appendix A, Criteria for Required Fire Hydrants).
11. Air Release Valves:
Part A, General
Air release valves may be required on uphill, dead-end lines or on other specific applications at the
discretion of the City Engineer or Water/Sewer Maintenance Superintendent.
12. Encasements
Water lines under culverts, creeks, retaining walls, or other difficult and/or dangerous to maintain
areas shall be encased in a smooth steel encasement pipe. The encasement shall be sealed on the
ends with rubber end caps. The encasement shall not be filled with sand. Encasements shall be
installed with three spacers per joint such that the spacers are equally spaced along the length of the
pipe as is outlined in Part B Section 8 of these specifications.
Where encasements are greater than 25 feet in length, self -restraining gaskets or bell restraints shall
be used for all joints inside the encasement pipe and for the first joint in each direction outside the
encasement pipe.
13. Planned Water Outages
Under no circumstances shall water be shut off to any active service in the course of new
construction without written permission from the Water/Sewer Maintenance Superintendent. If
water is to be shut off for any reason, there shall be a preconstruction meeting prior to the shut off.
The shut off shall be performed as described in Appendix B, "Water Shut Down and Boil Orders for
Contractor Work, including all appropriate notifications.
14. Water System Stud
The City's latest Water System Study shall be the primary 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.
The City Engineer shall have the discretion to alter these requirements.
Part A, General 6
I
15. Applicability:
IThese regulations and requirements contained in Part A 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 construction specifications contained in Parts B and C shall be applicable to
all water line construction under the control of the City of Fayetteville.
H
I
I
I
I
Li
I
I
I
I
I
Part A, General
1
I
I
STANDARD SPECIFICATIONS FOR WATER LINES
Part B Materials
1. PIPE AND FITTINGS:
Allowable pipe materials shall be Polyvinyl Chloride (PVC) and Ductile Iron. Other pipe materials
will be considered on a case by case basis. Such materials must be approved by the American
Waterworks Association to be considered. 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, 4, 6, 8, 12, and 18 inches.
Polyvinyl Chloride Pipe - PVC pipe less than 4 inches in size shall be manufactured in accordance
with ASTM D-2241 and be SDR 13.5. PVC pipe 4 inches through 12 inches in size shall be
manufactured in accordance with AWWA C900, latest revision, and shall be DR 14. PVC pipe
larger than 12 inches in size shall be manufactured in accordance with AWWA C905, latest revision.
The plastic material used in making the pipe shall be clean, virgin, Cell Classification 12454-B 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 all the requirements of the Specifications. Nominal laying length shall be 20 feet.
Joints for plastic pipe less than 4 -inches in size shall conform to ASTM Specification D-3139, latest
revision.
Joints for plastic pipe 4 -inches and larger shall conform to AWWA C-900, latest revision.
Fittings for PVC pipe less than 4 -inches in size shall comply with ASTM Specification D-3139
latest revision, Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals.
Fittings for PVC pipe 4 -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/A21.51, 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.
Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of
Ductile Iron Pipe", ANSIIAWWA C150/A21.50, latest revision.
Part B - Materials 8
1
Ii
I
I
I
I
I
I
1
I
r
I
1
I
1
r
I
I
Joints and joint materials for ductile iron pipe shall conform to ANSUAWWA CIII/A21.11, latest
revision.
' All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest
revision, for Ductile Iron Compact Fittings. Ductile iron fittings shall be coated with a 6-8 mil
thickness of fusion bonded epoxy applied to the interior and exterior of each fitting. The coating
I
shall comply with the requirements of ANSI/AWWA C550 and Cl 16/A21.16.
Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable
1 sections of ANSI/AWWA Cl 51/A21.51 and ANSI/AW WA Cl 10/A21.10. All restrained joint pipe
shall be TR Flex, as manufactured by U. S. Pipe, Flex -Ring joint as manufactured by American
Ductile Iron Pipe, or equal.
Swivel joint fittings shall have a retainer lip and swivel rotatable gland for positive restraint without
tie rods. Restraint joints shall be used where testing will be done against closed valves, etc.
Flanged pipe and fittings shall be in accordance with the requirements for Flanged Ductile Iron Pipe
with Threaded Flanges, ANSI/AWWA Cl 15/A21.15, latest revision.
Bolts and gaskets shall meet the requirements of ANSI/AWWA C111/A2 1.11, latest revision, for
Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings.
IAll ductile iron pipe and ductile iron pipe fittings shall have a standard thickness cement mortar
lining in conformance to ANSI/AWWA CI04/A21.4.
All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. Exposed
pipe may be required to have a factory prime coat consisting of one coat of Kop-Coat 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 and 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 pipe or fitting.
Joint lubricant shall be provided by the pipe manufacturer, and applied as per the manufacturer's
recommendations.
Galvanized Steel Pipe and Fittings - Galvanized pipe and fittings shall be allowed for non -buried
service only. Threaded fitting pipe for blow -offs shall be unlined Schedule 80 steel pipe and shall
conform with the requirements of ASTM A 120-82, latest revision, and shall be galvanized in
accordance with ASTM Specification A90-8 1, 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.
1
Part B - Materials 9
I
Galvanized pipe, services, fittings, adapters and other hardware are prohibited under any
circumstances involving City -owned lines and appurtenances. If no brass fitting is available,
stainless steel shall be used.
2. Polyethylene Encasement (Pipe Wrap):
Polyethylene encasement shall be in conformance to ANSI/AWWA C 105, 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 shall be 5.5 mils and the width shall not be less
than 2 inches with a medium unit weight of 2 1/2 pounds/] inch x 1000 feet.
The tape shall be color coded and imprinted with the message as follows:
Type of Utility Color Code Legend
Water Safety Precaution Blue Caution, Buried Water line Below
4. Backfill Materials:
Allowable backfill material shall be:
(1) Class 7 Aggregate Base Course as specified in Table 303-1, page 161, in section 303
AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY
CONSTRUCTION," Edition of 1993, published by the Arkansas State Highway and
Transportation Department.
(2) Sand. Sand shall consist of clean, hard, durable uncoated grains free from lumps, clay
and organic materials. All (100%) of "sand" shall pass a no. 8 sieve.
(4) Red Clay Gravel or "Hillside" as approved by the City Engineer
(5) Native materials where the Class 7 materials is not required and where suitable (not to be
used as bedding material.)
Under no circumstances shall the backfill material contain rocks or clods larger than twelve (12)
inches in any dimension.
THIS MATERIAL IS TO BE PLACED ABOVE THE BEDDING MATERIALS AS
Part B - Materials 10
I
I
DEFINED IN PART B OF THESE SPECIFICATIONS, PARAGRAPH 5.
I
I
I
t
5. Pipe Bedding Materials:
Pipe bedding materials shall be:
a) Class 8 Base (AHTD Specification)
b) Materials meeting either ASTM D448 Size #67 or ASTM D2774
In no case shall the maximum dimension of rock exceed 1.0 inches.
6. Tracer Wire:
Tracer wire shall be 14 gauge coated copper for underground burial.
1 7. Concrete:
Li
Concrete for use as reaction backing or below -ground encasement shall contain a
minimum of five bags of cement per cubic yard of concrete and reach a minimum 28 day
compressive strength of 3,000 psi.
8. Steel Encasement Pipe:
Encasement pipe for water mains shall be smooth steel and shall be sized as follows:
Water
Minimum Encasement
Minimum Wall
ASTMIAW WA
Main Size
Pipe Size
Thickness
Specification
(inches)
4 - 6
(inches)
(inches)
12
0.250
ASTM A 53
8
16
0.250
AWWA C 102
12 - 16
24
0.250
18
30
0.312
20 -24
36
0.312
36
48
0.375
48
60
0.375
I
I
I
Encasement pipe to be used for water line installations shall not have been used for any
conveyance purpose in the past.
Neither concrete nor corrugated metal pipe shall be permitted for water line encasements.
Encasement spacers shall either be Smith -Blair model 883 manufactured spacers or approved
equal. Wood shall not be used as encasement spacers. Three spacers shall be installed per joint
such that the spacers are equally spaced along the length of the pipe.
Part B - Materials
11
Encasement end seals are required for all water line encasements and shall either be APS Model
AC or J -Four pull -on seals or approved equal.
9. Bolts - All bolts for fittings shall be class 308 stainless steel.
10. Gate Valves:
Gate valves shall be used for pipe up through 10 -inches in size.
Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the
requirements of AWWA C509, latest revision, for Resilient Seated Gate Valves, 3 Through 12
NPS, for Water and Sewage Systems. All gate valves shall be designed for a minimum of 200
psi working pressure. All gate valves shall be epoxy coated, and shall be Mueller A2360-20 for
in -line applications, and Mueller A2360-16 for tapping applications, or approved equals. All
gate valves shall have class 308 stainless steel bolts.
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 otherwise indicated on the Plans.
Tapping valve ends shall be flanged by MJ.
Buried gate valves shall be designed for operation with a nominal 2 inch square operating nut.
The standard direction of opening shall be open left as viewed from the top.. Handwheels for
gate valves shall be in conformance to AWWA C509.
The interior and exterior of the valve body and bonnet shall have factory applied fusion bonded
epoxy coating meeting AWWA C550 latest revision.
The valve shall be tested in accordance with AWWA C509, latest revision.
11. Butterfly Valves:
Butterfly valves shall be used for all pipe 12 -inches and larger except that 12" tapping valves
shall be gate valves.
Butterfly valves shall be Class 250B in conformance with the requirements of AWWA C504,
latest revision, for Rubber Seated Butterfly Valves. All butterfly valves shall be groundhog type,
Mueller B5227 or approved equal. All butterfly valves shall have class 308 stainless steel bolts.
The valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally
cast mechanical joint ends unless alternate valve ends are indicated on the Plans. Body thickness
shall be in strict accordance with AWWA C504, latest revision, Class 250B.
Part B - Materials 12
I
I
I
I
I
I
I
I
I
I
I
1
All butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows.
1) Valves 20 inches (nominal diameter) and smaller shall have bonded seats which are
simultaneously molded in, vulcanized and bonded to the body. Seat bond must
withstand 75 pounds pull under test procedure ASTM D429, Method B.
2) On valves 24 inches and larger, all seats shall be of a synthetic rubber compound.
Seats shall be retained in the valve body by mechanical means without retaining
rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a
full 360 without interruption and have a plurality of grooves mating with a
spherical disc edge seating surface. Valve seats shall be field adjustable around the
full 360 circumference and replaceable without dismantling operator, disc or 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 ASTM A-126, Class B.
2) 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
I
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.
12. Valve Boxes:
Part B - Materials
13
I
1
Valve boxes that are less than 4 feet to the operating nut at finished grade shall be Tyler
6850 Series or approved equal, and shall be of correct length to match the bury of the main
without extensions.
For valve boxes that are 4 feet and greater to the operating nut at finished grade, the box
shall be the American Flow Control trench adapter type, in the correct length to match the bury
of the main without extensions, and shall include the American Flow Control Self -Centering
Alignment Ring.
Valve boxes installed on 2" lines shall be Tyler 6500 Series or approved equal, notched
for protection of the water line, with a concrete pad poured below the valve for added support of
the valve and box.
The valve box and appurtenances shall include a base and a top section with a drop lid.
The lid and valve box top shall be ductile iron, shall be marked with the word WATER, and shall
be factory painted blue. All lids shall have a concrete pad with a minimum of 18 inches square
or round dimension as appropriate. This shall be for both paved and unpaved applications.
All valve boxes shall be installed in a vertical orientation and shall be compatible with
the gate or butterfly valves for which they are provided and shall be manufactured for use in
roadways.
13. 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 250
pounds per square inch gauge. Fire hydrants shall be three-way hydrants. Approved fire
hydrants are Mueller Centurion hydrants, Catalog No. A-423 or Waterous 5 1/4" WB67-90.
Hydrants shall be color coded as specified in Section C, then painted white above the
ground line with reflective paint (Axon 1460 or equal). Paint for the color coding shall be
approved by the City prior to application.
The hydrant shall have a 6 inch mechanical joint inlet in conformance to the dimensions
shown in ANSI/AWWA C1101A21.10, latest revision. Three-way hydrants shall have a 5-1/4
inch valve opening.
All fire hydrants shall be equipped with a two-piece barrel having a break -a -way flange
at the ground line and shall be designed for a 48 -inch bury. Extensions shall be Mueller A-320 or
approved equal, with no more than one extension allowed per hydrant. Fire hydrants shall be
installed with a 24" diameter or 24" x 24" square, 6" thick concrete pad around the base of the
hydrant six inches below the bottom of the break -away flange.
Part B - Materials 14
I
1
J
I
I
1
1
1
1
1
I
I
Hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4-1/2 inch pumper
nozzle. The operating nut shall be a nominal 1-1/2 inch pentagon, National Standard operating
nut designed to open left (counterclockwise).
Fire hydrants shall be equipped with a safety stem coupling and flange which are
intended to fail upon vehicle impact without damage to the stem or main valve.
1 14. Blow -offs:
I
Blow-offs shall be Mainguard #77 hydrants or approved equal.
15. Air Release Valves:
IAir release valves shall be ValMatic Model 15A or approved equal.
' 16. Tapping Sleeves:
Tapping sleeves shall be designed for 200 psi and shall be JCM Type 432 for pipe four
(4) inches through twelve (12) inches and JCM 412 for pipe greater than twelve (12) inches, or
approved equal. Tapping sleeves shall be vinyl coated.
17. Service Connection Materials:
Service lines serving single meter sets shall be at least 314" if copper, and at least 1" if
polyethylene. Service lines serving double meter sets shall be at least 1" (copper or
polyethylene). Larger diameters may be required if deemed necessary by the City Engineer.
I
D
I
I
P
Part B - Materials
15
In areas where it is determined by the City Engineer that installation of irrigation systems is
likely, service lines that cross roads and serve double meter sets shall be 2" services ending in a
2" x 1" x 1" x 1" splitter. The middle leg of the splitter shall feed the double meter set, with the
other two legs containing a ball valve, and being intended to serve future irrigation meters. The
meter box shall be no greater than two feet from the splitter.
All Copper service lines shall have polyethylene encasement.
Materials for standard residential meter sets
3/4"
Poly Wrapped Copper Pipe ......................................Type
Type K soft copper
or 1" SDR9 Polyethylene Pipe
3/4"
or 1" Corporation Stop .............................................Mueller
Mueller B-25008
3/4"
or 1" U Branch, 7.5" width .......................................Mueller
Mueller H-15363
5/8"
x 3/4" x 12" meter yoke ...........................................
Mueller H -2404R
3/4"
Tail Piece, 6' long .....................................................
Mueller H-14222
18" Cast Iron Flat Meter Lid ............................................Western
Western Iron C-109
18" diameter x 24" deep SDR51 PVC Meter Box
Materials for 1" meter sets
1" Poly Wrapped Copper Pipe .........................................
or i" SDR9 Polyethylene Pipe .................................
Main Diameter x 1" Saddle..............................................
1" Corporation Stop .........................................................
1" Ball Valve....................................................................
1" Meter Yoke..................................................................
1" Tail Piece, 6' long........................................................
l" Compression End ........................................................
24" diameter x 24" deep SDR51 PVC Meter Box ...........
24" Cast Iron Flat Meter Lid............................................
Materials for 2" meter sets
Type K soft copper
Romac 10 I N
Mueller B-25008
Mueller B-25146
Mueller B -2404R
Mueller H-14227
Western Iron ill
Main Diameter x 2" Saddle ..............................................Romac Romac 101 N
2" SDR9 Polyethylene Pipe .............................................
2" Ball Valve.................................................................... James Jones J-1900
2" x 24" Brass Nipple ......................................................
2" Meter Set..................................................................... Ford VVB77-15HD-1 1-77
2" Male Iron Pipe x CTS Q nut ........................................Ford Ford C84-77
2" Close Brass Nipple ......................................................
2" Tail Piece, 6' long........................................................
36" Diameter x 30" deep SDR9 Drisco Meter Box .........
Part B - Materials 16
I
I
36" Square Meter Lid...............................I.......................
Tapping saddles shall be Romac LOIN for C900 PVC and Ductile Iron and Mueller
HI 300 for ASTM 2241 PVC. If polyethylene pipe is chosen for the service line, Ford model
CT553 inserts or approved equal are required.
Connections on service lines shall be made with brass compression fittings (Mueller H15403 or
1 approved equal). Sweated or flared attachments are not acceptable.
I
I
I
1
I
1
I
fl
I
I
Part B - Materials
17
I
I
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, ANSIIAWWA C600-99 or latest revision shall apply
For PVC pipe, either AWWA C605-94 or ASTM D-2774 or the latest revisions thereof shall
apply.
A ten (10) foot separation shall be maintained between water lines and sewer lines where
those lines run approximately parallel to each other. Water mains which cross sewers shall be
laid so that the bottom of the water line will be at least 18 inches above the top of the sewer line.
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. If this
distance must unavoidably be reduced, the water line or the sewer line must be encased in a
watertight pipe with sealed watertight ends extending at least ten feet either side of the crossing.
The encasement may be vented to the surface if carrying water or sewer under pressure. Where
a water line must unavoidably pass beneath the sewer line, at least 18 inches of separation must
be maintained between the outside of the two pipes in addition to the preceding encasement
requirement. Exceptions to this must be approved in writing by the Arkansas Department of
Health.
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 Part B,
Paragraph 5) and shall be covered to a depth of 6" over the top of the pipe with the same
material. The bedding shall be hand tamped 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/ ft2 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 valves, bends, hydrant shoes and fittings (including in -line valves) shall have
Part C, Construction Methods 18
I
I
I
I
1
1
1
1
1
1
1
1
1
I
Li
Megalug style retainer glands or approved equal. Valves, bends, reducers and other hardware
I
near bends shall be positively bolted, all -threaded, or mechanically joined to each other. Bolted
includes single and double flanged adapters (such as Foster Adapters or Swivel Adapters) which
provide a solid bolted or mechanical joint type connection.
IFor all -thread attachments, eye -bolt style attachments are not acceptable. Romac Ductile
Lug style attachments or approved equal shall be used. All -threads shall be made of 316
stainless steel.
Fire hydrant valves shall be positively connected to the water main. If the hydrant leg is
greater than 50 feet, an additional valve shall be placed near the hydrant, between five and ten
feet from the hydrant. Like all valves, this valve shall be retained.
Ninety degree (90) bends shall only be used on a by -exception basis, and must each be
specifically approved by the City. Forty-five degree (450) bends shall be used in locations where
90° bends would otherwise be considered.
Li
I
I
I
I
I
I
I
I
Where ductile iron pipe is being laid, polyethylene encasement shall be installed in
accordance with ANSI/AWWA Cl 05, latest revision, for either Method A, B or C installation.
The encasement shall be provided for all fittings and all other buried iron appurtenances. The
encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of
the polyethylene film. All ductile iron, brass, cast iron or stainless steel pipe, fittings and/or
adapters shall have polyethylene encasement.
Pipe detection tape shall be provided in all trenches for water line construction.
Installation shall be per manufacturer's recommendations and shall be as close as practical to
finished 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 in all trenches and shall be looped around the pipe at
least once per joint and connected to all valves and fittings. The trace wire shall provide a
continuous electrical circuit, and shall have splices that are 3M DBY-6 connectors or approved
equal. At valves and meter box settings, the trace wire shall be brought up into the valve or
meter box as indicated in the standard details such that the water line can be traced from the
meter/valve box. A tracing test shall 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 distances where required by field conditions. No hydrants shall
be allowed where lines are greater than 60 inches deep. Minimum pipe cover shall be 36 inches.
Cover shall be measured from the top of the 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 to the top of the existing natural ground surface.
Part C, Construction Methods
19
b) Cut Sections: Cover shall be required and shall be measured from the top of the pipe
barrel to the planned grade.
c) Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural
ground surface underlying the fill unless fill material is placed and properly compacted
prior to laying the water line.
d) Along and Under Streets: The Cover along streets shall be measured either from
natural ground or the curb elevation, whichever results in the lowest absolute elevation of
the pipe. Cover under streets shall be measured from the top of the subgrade.
Minimum depth for service lines from the main to the meter box shall be 30 inches below
the curb line. Copper service lines shall be wrapped with polyethylene.
Calls for valves to be operated must be arranged prior to 10:00 a.m. one business day
previous to the desired date of operation.
After completion of construction of all water lines or sections thereof, the Contractor
shall flush, test and disinfect the new water lines and in accordance with the Engineer of
Record's plan as described 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.
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 or other appurtenances on the
existing water system, new tapping valves, or valves or appurtenances that have been
accepted by the City, shall only be operated by, or under the direct personal supervision
of, the City of Fayetteville Water & Sewer Maintenance Division. Specific permission
shall be obtained from the City Water & Sewer Maintenance Superintendent for any
other persons to operate City valves or appurtenances.
The Engineer of Record shall develop a flushing plan to ensure that all lines are properly
flushed. The plan should specify the sequence in which valves and hydrants are to be
opened and the duration thereof, ensuring complete flushing and protecting the City's
water system from construction contaminated water. The volume to be flushed shall be
no less than three but no more than five times the volume of the main to be flushed, and
shall be metered through a fire hydrant meter. The flow shall be such that a flushing
velocity of not less than 2.5 feet per second and preferably 3.5 feet per second or greater
is attained.
b) Hydrostatic Testing: All pipe shall be tested as set out in AWWA C600, latest
Part C, Construction Methods 20
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
rl
1
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
satisfactory to the Engineer. Before applying the test pressure, all air shall be expelled
from the pipe by permanent taps or corporation cocks where necessary.
1
Test pressure shall be either 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.
The leakage for water pipe shall be within the limits set out in AWWA C600, latest
revision. No pipe installation will be accepted until the leakage is less than the number of
gallons per hour as determined by the formula:
r
I
L = allowable leakage, in gallons per hour; S = length of pipe 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(s) shall
be located and repaired and the line shall be re -tested. All visible leaks shall be repaired
regardless of the amount of leakage.
I
I
I I
Part C, Construction Methods
21
A minimum of 10 percent of meter tails shall be tested for leakage as deemed appropriate
by the City Inspector or Engineer of Record. The test shall be conducted by the
Contractor in the presence of the City Inspectors and the Engineer of Record prior to
final inspection. The procedure for the test shall be as follows.
Select the meter tails to be tested
Install a ball valve at the end of the meter tail
I. Install a jumper in the meter yoke
Open the meter yoke valve
Visually inspect for leaks
Close the meter yoke valve
Remove the jumper from the meter yoke
Remove the ball valve from the end of the meter tail
All leaks shall be located and repaired, and the test repeated. If leaks are found, the City
Inspector, City Engineer or Engineer of Record may require an additional number of
meter tails to be tested.
d) Disinfection: After successful pressure testing, the line(s) shall be flushed at a velocity
equal to or greater than 2.5 feet per second. The line shall then be disinfected in
accordance with AWWA C65 1, 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 line to assure proper drainage is
available to prevent harm at any 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 ADEQ regulations.
After disinfection is complete, the Contractor shall then flush the disinfecting solution
from the lines, and the treated water 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.
Before a line is placed in service, two consecutive series of samples which are not
collected on the same day and are taken no more than 14 days apart must show that the
water is bacteriologically safe for drinking purposes.
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.
Part C, Construction Methods 22
1
1
1
1
1
1
1
1
1
1
1
I
1
1
1
1
1
1
I
I
2. Pipe Trench, Excavation:
The trench shall be excavated to at least 6 inches below the grade necessary to provide
the minimum cover required. Minimum trench width shall be either 18 inches or the outside
I
diameter of the pipe at the bell plus 12 inches. Maximum trench width shall be the 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
I
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
I
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.
3. Pipe Trench, Backfill:
After the pipe bedding has been placed (including up through 6" above the pipe), the
trench, excavated areas around valves, fittings, fire hydrants, and other appurtenances shall be
• ' backfilled with excavated material free from rock larger than 6 inches within 18" of the top of
the bedding and 8" in diameter thereafter. In no case shall rock material from blasting operations
be allowed in the trench.
I
Part C, Construction Methods 23
All pipeline trench backfill shall be placed in layers of appropriate thickness and
compacted using a mechanical, hydraulically -powered vibratory trench compactor or other
equivalent equipment. Heavy compaction equipment shall not be used closer than 2 feet to the
top of the pipe. Any backfill failing to meet the compaction requirements set out below shall be
replaced and/or recompacted to meet the compaction specifications.
All trench backfill (except under paved or driving surface areas as detailed below) shall
be compacted to 90 percent (minimum) of that of the adjacent undisturbed soil. Unless
specifically noted on the Plans, no density testing will be required to prove compliance with the
90 percent density requirement.
In areas where the trench is parallel to or crosses any paved area or driving surface
including streets, parking lots, future or planned streets, or driveways, the backfill shall be
crushed stone as specified in Section 300 CRUSHED STONE BASE (AHTD Class 7). The
Crushed stone trench backfill (aggregate base course, Class 7) shall be placed in 6 to 8 inch lifts
and compacted to 95 percent modified Proctor density (ASTM D1557-78).
Red clay gravel or "hillside" may be used as a backfill material in areas described in the
above paragraph when specifically approved by the City Engineer and compacted in 6 to 8 inch
lifts to 95 percent of standard proctor.
One density test per crossing shall be required. Where the trench runs parallel to the
driving or paved surface one density 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 material shall be tested at a depth of 12
to 18 inches below the finished grade prior to the placement of the topsoil.
In open fields and other areas where deemed appropriate, the trench may be overfilled
and allowed to settle prior to final surface replacement. Trenches may be flooded to promote
settlement in areas where it is deemed appropriate.
4. Installation of Meter Box Settings:
Meter box settings shall be located at the street right of way or easement line. Double
meter boxes shall be placed on the property line between the two lots to be served.
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. Final grade should take into account probable
future installation of topsoil and/or sod. 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.
Part C, Construction Methods 24
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
I
I
I
I
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 C605, latest
revision, 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.
Special attention shall be given when installing butterfly valves on AWWA C900 or
C905 PVC pipe. Due to the thickness of this pipe, it must be trimmed where it enters the valve
so that the valve gate can either fully open (if installed in the closed position) or close (if
installed in the open position).
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 tamped so that the ground will
not settle after placement of the concrete collar.
I
All valve box lids shall have a concrete collar placed around them. The collar shall be 18
inch square centered on the valve box lid and shall be 6 inches thick cast -in -place, except that on
flat surfaces a round precast collar may be used. The top of the pad shall be flush with the top of
the box and the surrounding ground or roadway surface. Valve box collars shall not be
constructed until every item of cleanup has been completed. Where valves are in paved areas,
the specified street repair may be substituted for the concrete collar.
I
Tracer wire shall be installed along the outside of the valve box to a point near the top of the
box, where a hole will be drilled and the tracer wire inserted into the box.
6. Fire Hydrant Installation:
Prior to installation, all hydrants shall be inspected for direction of opening, cleanliness
of inlet elbow, handling damage, and cracks.
Part C, Construction Methods 25
1
I
I
All hydrants shall stand plumb within a tolerance of 1/8 inch horizontally in 12 inches
vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper
nozzle facing the curb. Hydrants shall be set to established grade with the nozzle centerline at
least 18 inches above the ground.
When hydrants are placed beyond the curb, the hydrant barrel shall be set so that no
portion of the pumper or hose nozzle cap 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 the curb and the sidewalk,
or between the sidewalk and the property 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 inch ductile iron pipe branch and an
independent 6 inch gate valve. The 6 inch gate valve shall be positively restrained to the main by
use of either a retaining lip and swivel gland for positive restraint without tie rods or by a
flanged connection. 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 top of the reaction backing to at least 6 inches above the waste
opening in the hydrant, and to a distance 3 feet around the elbow. No drainage system shall be
connected to a sewer.
The bowl of each hydrant shall be braced against unexcavated earth at the end of the
trench with concrete reaction backing. IN NO CASE SHALL THE CONCRETE BACKING
BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS.
All fire hydrants shall be tested by the contractor and/or engineer in accordance with
Chapter 4 of AWWA Manual M17, latest revision. The contractor and/or engineer shall also
perform flow testing of new fire hydrants in accordance with Chapter 6 of AWWA Manual Ml 7,
latest revision, and shall paint the hydrant bonnets and nozzle caps according to the following
table:
Part C, Construction Methods 26
I
I
L1
n
I
I
I
I
I
I
I
ri
I
I
I
LI
I �
L;
Color Flow Under Fire Conditions
Light Blue >1500 gpm
Light Green 1000 - 1499 gpm
Orange 500 - 999 gpm
I
Red < 500 gpm
Fire hydrant flow testing shall be coordinated with the Water and Sewer Maintenance
I
Division. Upon completion of flow testing, the engineer shall provide to the City Water and
Sewer Maintenance Division a completed "Fire Hydrant Information Sheet.
1 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. 1 8. Clean -Up:
I
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.
I
Any such waiver must be submitted in writing to the City and approved by the City
Engineer.
'1
I
LI
I
1
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
Part C, Construction Methods
27
LI
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):
Lawn Fescue 40%
Blue Grass 30%
Rye Grass (Annual) 30%
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 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 of sufficient size and weight to achieve a smooth finished 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
approximately 2 inches when first spread.
Where the existing ground cover does not contain any of the grasses as set out in the seed
mixture above (Bermuda grass, Zoysia, etc.), the Contractor shall be responsible for
cutting, removing stockpiling and saving the existing sod on the job site. After
constructing the water line and backfilling the trench, the sod shall be replaced to a
condition equal to or better than that prior to construction. In the event that insufficient
sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible
for providing and installing new solid sod of the existing type to complete the cleanup.
b) Class 1I Cleanup - Fields, Meadows, Etc. The trench shall be backfilled in accordance
with the Pipe Specifications. After the backfill is completed and the surface over the
trench left slightly rounded, the area shall be machine raked to remove all rock to a
condition equal to the existing surface on the better side of the adjacent existing right of
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
been 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%
Part C, Construction Methods 28
11
1
Rye Grass (Annual) 40%
White Clover (Common) 20%
After the area has been accepted, it shall be seeded at the rate of 0.15 pounds per 100
I
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.
Ic)
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
1
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.
IThe
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
I
under Class II cleanup, except that tall fescue (Kentucky 31) shall be used in place of
field fescue.
I
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.
Id) 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
I
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.
1
Part C, Construction Methods 29
I
If the trench should settle while the Contractor is still on the job or within two (2) years
of the project completion date, the Contractor shall make the required repairs at no
additional cost to the Owner in accordance with the continuing responsibility provisions
of these Specifications. Failure of Contractor to make necessary repairs during the one
year period will be cause for Owner to make or contract for such repairs and invoice the
Contractor for all costs.
e) Restoration of Damaged Surfaces and Property. Where any pavement, trees,
shrubbery, fences, poles or other property and surface structures have been damaged,
removed or disturbed by the Contractor, whether deliberately or through failure to carry
out the requirements of the contract documents, state laws, municipal ordinances, or
through failure to employ usual and reasonable safeguards, such property and surface
structures shall be replaced or repaired at the expense of the Contractor.
f) Access after Construction. Unless otherwise directed, all areas shall be graded after
construction so as to be accessible by four wheel drive vehicle.
These clean-up specifications shall apply to on -site subdivision construction as well as
off -site construction of water lines. The fact that the installation of other utilities and/or house
building activities may damage such erosion control measures shall not exempt the developer
from this requirement.
9. Pavement Repairs:
All pavements which have been removed or damaged shall be 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
below 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
cement prime coat at the rate of 0.25 gallons/square yard, followed by a minimum
of 3 inches of hot -mixed, hot -laid 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.
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
passing 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.
Part C, Construction Methods 30
I
I
C
I
b. 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.
c. Unpaved Driving Surface Repair. After the trench has been backfilled as set out
I
elsewhere in these Specifications, the surface shall be brought to the existing grade
with additional crushed stone base.
I
Where special paving surfaces exist, such as natural gravel, washed gravel, exposed
aggregate, or other such special materials, then the final surfaces shall be replaced in kind except
where specifically noted otherwise.
I10. Barricades, Guards and Safe , Provisions:
I
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
U
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.
I11. Maintenance of Traffic and Closing of Streets:
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
I
shall provide suitable bridges at street intersections and driveways.
The Contractor shall post suitable signs indicating that a street is closed and necessary
detour signs for a proper maintenance of traffic. Three (3) days written notice to the Mayor's
office is required prior to the closing of any street. Also, it will be the contractor's responsibility
to notify all emergency units (fire, police, EMS, etc.) prior to the closing or partial closing of a
Istreet. The closing of State Highways shall require approval of both the City and the State
Highway and Transportation Department.
1
r1
I
Part C, Construction Methods
1
31
• FAYETTEVILLE
THE CITY OF FAYETrEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
I
Ii
J
I
To: Jim Beavers, City Engineer
From: David Jurgens, Water/Sewer
Date: 13 March, 2000
Re: Water Shut Down and Boil Orders For Contractor Work Updated 13 March 2000
The Arkansas Department of Health 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:
Later updated 13 March, 2000. Previous editions are obsolete.
If this line is not present, the notice is obsolete and should be discarded.
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
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
only after it is completely filled out, including the address list, and submitted to and approved by
the Water/Sewer Department.
The 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
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. 1
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 I
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. 1
4. Deliver the notices to the Water/Sewer Department, with the address list. Confirm that the I
information is approved. This must be done prior to distributing the notices to the customers.
5. 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 1
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. 1SPECS1aQIL-CON.DEP
FAYETTEVILLE
THE CITY OF FAYETTEVILLE ARKANSAS
I
WATER SYSTEM NOTICE.TO THE CUSTOMER
PRECAUTIONARY BOIL WATER NOTICE
DATE:
Dale,c'sthbuted
Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer
I
. 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:
DATE TURNED OFF (approximate):
TIME TURNED OFF (approximate):
TIME TURNED ON (approximate):
Once your water has been turned back on, the Arkansas Department of Health (ADH) requires the City of Fayetteville
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
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
laboratory. The results should be 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
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:
Compmy and Coaw Name Pbooe
Contractor:
' t Comimy and Comma Name Phone
Thank you for your patience and consideration.
D
Water & S M intenance Superintendent
575-8386
1; .
ILetter updated 13 March, 2000. Previous editions are obsolete. DAC;IIBOt CON.WPD
113 WEST MOUNTAIN 72701 501-521-7700
• FAX 501.575-8257
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
WATER SYSTEM NOTICE TO THE CUSTOMER
WATER PRESSURE REDUCTION
DATE:
De PubIt/UItittd
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:
1
DATE TURNED DOWN:
TIME TURNED DOWN (approximate):
I
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.
I
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:
1
Engineer:
Company and Confect Name Phone
Contractor:
Company and Contact Name Phone
Thank you for your patience and consideration.
'I
DAVID JURGENS
Water/Sewer Maintenance Superintendent
575-8386
}
Letter updated 13 March, 2000. Previous editions arc ohsolctc. DAQ%\BO1L-CON-PRES.WPD
113 WEST MOUNTAIN 72701 501-521.7700
FAX 501-575-8257
I
I:'.,:
I
1
r
IH
I
I
I
ii
I
1
Water/Sewer Public Notification Address List
Crew Leader/ContractorlEngineer. Date Distributed:
Type of Pressure Boil Order Boil Order Project Other
Notification: Reduction Issued Release letter (explain) Total Handed Out:
(circle)
Addresses
1.
25
2.
26.
3.
27.
4.
28.
5.
29.
6.
30.
7.
31.
8.
32_
9.
33.
10.
34.
11.
35.
12.
36.
13.
37.
14.
38.
15.
39.
16.
40.
17.
41.
18.
42.
19.
43.
20.
44.
21.
45.
22.
46.
23.
47.
24.
48.
• A copy of the nonce being aistnoutea MUST oe an acnea to tins form.
U
This form must be submitted immediately upon completion to the Water/Sewer Maintenance Division,
phone 575-8386, fax 443-1815.
Add ressLi tPub6cNotifi don.)ds 0/1712004