Loading...
HomeMy WebLinkAbout48-12 RESOLUTIONRESOLUTION NO. 48-12 A RESOLUTION TO APPROVE A CONSTRUCTION CONTRACT WITH ROSETTA CONSTRUCTION, LLC FOR $692,223.00 WITH A CONTINGENCY OF $50,000.00 TO CONSTRUCT THE ELKINS OUTFALL GRAVITY SEWER IMPROVEMENTS AND TO APPROVE THE ATTACHED BUDGET ADJUSTMENT OF $416,818.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the attached construction contract with Rosetta Construction, LLC for $692,223.00 with a contingency of $50,000.00 to construct the Elkins Outfall Gravity Sewer Improvements and approves the attached budget adjustment of $416,818.00. PASSED and APPROVED this 6th day of March, 2012. APPROVED: ATTEST: \.A LISA BRANSON, Deputy City Clerk ovinimp,„., 'kt`iklqT..V/" ...0c,\ ., . • 9.., . 06.",7, :•'1% : o (1‘1; ::: •-... :•:: :FAYETTEVILLE: ... • 13:--(1 cn.14-i Vs‘4,CYCANS‘tcV Shannon Jones Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 6 -Mar -12 City Council Meeting Date Agenda Items Only Utilities Capital Projects Division Action Required: Utilities Department Approval of a construction contract with Rosetta Construction, LLC for $692,223, Bid 12-16, with a contingency of $50,000 to construct Elkins Outfall Gravity Sewer Improvements, recognize a cost share from Elkins for $150,000, and a budget amendment. 742,223 Cost of this request 5400.5700.5815.00 Account Number 10010.1 Project Number Budgeted Item XX 2,165,000 Category/ Project Budget Sewer Replace - Elkins Outfall Line Program Category/ Project Name 20,000 Water & Wastewater Funds Used to Date Program/Project Category Name 2,145,000 Water & Sewer Remaining Balance Fund Name Budget Adjustment Attached XX 4 Depa ,nt Dir:. or 41A. City Attorney 414 oc Finance and Internal Services Director P1.12 Date Previous Ordinance or Resolution # Original Contract Date: c, 2-e,4-1-- Original Contract Number: Date a - Date 02-15-12P03:16 Received in City Clerk's Office Comments: Revised January 15, 2009 TrateYille ARKANSAS www.accessfayetteville.org To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff David Jurgens, Utilities Directo Fayetteville Water and Sewer Co ittee From: Shannon Jones, Utilities EngineerJ.. Date: February 3, 2012 CITY COUNCIL AGENDA MEMO MEETING DATE OF FEBRUARY 21, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Resolution approving a construction contract with Rosetta Construction, LLC for $692,223, Bid 12- 16, to construct Elkins Outfall Gravity Sewer Improvements. RECOMMENDATION Fayetteville City Staff recommends approval of a construction contract with Rosetta Constiuction, LLC for $692,223, Bid 12-16, with a contingency of $50,000 to construct Elkins Outfall Gravity Sewer Improvements, recognize a cost share from the City of Elkins for $150,000, and a budget amendment. BACKGROUND The City of Fayetteville was awarded a State and Tribal Assistance Grant (STAG) in 2010 for $485,000. The grant funding is matched 55% federal to 45% local. The City's matching funds are $396,818. The City of Elkins is going to cost -share $150,000 towards the project, per the attached City of Elkins resolution passed in 2010. This Fayetteville owned line carries Elkins' wastewater flow in addition to Fayetteville water from that area. The purpose of the grant is help fund the rehabilitation of the sanitary sewer system in the area of and including the Elkins outfall sewer line. The available STAG grant will fund $380,723 of this contract; the balance of the grant will be used to line approximately 6,000 feet of sewer line with a cured -in -place -pipe (CIPP) under our current contract with Insituform Technologies. DISCUSSION Under this contract, we will replace approximately 4,500 feet of sewer line that serves as the gravity outfall from the Elkins sewer force main and construct 26 manholes. The City o ened six bids on Januarv 31 2012. Rosetta Construction, LLC $ 692,223.00 T -G Excavating, Inc. $ 1,070,707.00 Building & Utility Contractors $ 1,201,500.00 Goodwin & Goodwin, Inc. $ 1,297,825.00 Horseshoe Construction, Inc. $ 1,448,500.00 Redford Construction, Inc. $ 1,638,300.00 Engineer's Estimate $ 1,300,000.00 Staff reviewed the bids and recommends awarding the contract to Rosetta Construction, LLC. The contractor has completed past sewer projects to the satisfaction of the City of Fayetteville. Construction will begin this spring and will be completed this fall. BUDGET IMPACT Funds are available in the sewer impact fees budget and sewer rehabilitation budget. The budget adjustment transfers funds from the impact fee fund to the water/sewer fund, recognizes a cost -share with the City of Elkins in the amount of $150,000, and creates a contingency of $50,000. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Elkins Outfall -Rosetta Construction-CCMemo-20 1 2.doc OS-09-11;01:14PM; ; 4796433368 # 2/ 4 RESOLUTION NO. 20 /0 A RESOLUTION EXPRESSlNG THE INTENT TO COST - SHARE WITH THE CITY OF FAYETTEVILLE ON THE REPLACEMENT OF THE SEWER INTERCEPTOR FROM LEWIS WOODS TO FAYETTEVILLE'S 1VIALLY WAGNON LEFT STATION. WHEREAS, The City of Elkins Water & Sewer Committee caused an assessment of critical capital needs for the Elkins Water & Sewer System to be performed by McClelland Engineers; and, WHEREAS, McClelland Engineers determined that replacement of the gravity sewer interceptor from Lewis Woods to Melly Wagion Lift Station was necessaty to increase the total capacity of Elkin Sewer Collection System; and, WHEREAS, The City of Fayetteville has been nodEed of a grant from. USEPA to fund 55% of the project cost to replace this sewer interceptor; and, WHEREAS, The City of Fayetteville has requested Elkins consider cost-sharing the remaining 45% of this project cost with Fayetteville in an amount up -to S150,000; and, WHEREAS, The Elkins Water & Sewer Committee, in regular session, determined participating with Fayetteville is the most cost-effective method to replace the sewer interceptor; and, WHEREAS, Elkins Water & Sewer Committee has determined the Elkins Water & Sewer Utility has sufficient funds to pay this cost share and recommends Elkins City Council approve this resolution of intent. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELKINS, ARKANSAS: That the City Council of Elkins Arkansas hereby adopts this resolution of intent to cost share with the City of Fayetteville up -to S150,000.00 for the replacement of the gravity sewer interceptor from Lewis Woods to Mally Wagnon Lift Station conditioned on Fayetteville performing the work to replace the sewer interceptor pursuant to the attached documents. PASSED AND APPROVED this ,22-64ay of Nal , 2010. 40/ ,00,04.—idwir At /ACK LAD , M. 'or ATTI ST: 4.1_14-trit.:A/A 5. LET Coe/Wily %pop L' ion R 2 order -Treasurer RESOLUTION NO. A RESOLUTION TO APPROVE A CONSTRUCTION CONTRACT WITH ROSETTA CONSTRUCTION, LLC FOR $692,223.00 WITH A CONTINGENCY OF $50,000.00 TO CONSTRUCT THE ELKINS OUTFALL GRAVITY SEWER IMPROVEMENTS AND TO APPROVE THE ATTACHED BUDGET ADJUSTMENT OF $416,818.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the attached construction contract with Rosetta Construction, LLC for $692,223.00 with a contingency of $50,000.00 to construct the Elkins Outfall Gravity Sewer Improvements and approves the attached budget adjustment of $416,818.00. PASSED and APPROVED this 6th day of March, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville, Arkansas Budget Adjustment Form V11.0906 Budget Year 2012 Division: Utilities Director Department: Utilities Director Request Date 2/21/2012 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION $416,818 is requested in the Sewer Replacement - Elkins Outfall Line capital project. $161,500 in funding is to recognize -transfer from-I9pact-F-ee-F-unds-,-$105,348-from4he-Sanitary-Sewer-Rehabilitation-projectiand-to recognize $150,000 in cost share revenue from the City of Elkins. Division Head Bu !flhI! ctor Depa nt Di ctor Fin ce irector Ok_ taff Date z Date 3P4,10 Date 1-2,1-261 Date Date LP- D te a r Account Name Prepared By: Reference: kspringer Budget & Research Use Only Type: A B C (t5 General Ledger Date Posted to Genera! Ledger Checked / Verified TOTAL BUDGET ADJUSTMENT Sewer improvements Trans from Impact Fee Fnd initial Date Initial Date 311,500 311,500 Increase / (Decrease) Project.Sub • Account Number •Expense Revenue NuMber 5490.5700.5815.00 416,818 10010 . 1 5400.0940.6602.30 Transfer to Water & Sewer Sewer improvements Sewer improvements State/Muni Cost Share 161,500 10010 . 1 2300,9309.7602,40 161,500 100 10 1002 2300.9300.5815.00 (161 ,500 10010 . 1002 5400.5700.5815.00 (105;318) 02017 . 1 5400.09404303.00 150,000 10010 . 1 1-1:1Budwal3pdget Adjustments12012 Budgenkevin \BA2012_ELKIN5_5EWER.xls 1 of 1 PUth, WiTNESS 8117: 52.15 • ye - . .1 ...SIWILLI c . Bid 12,16,Construction DATE: 0101/2012 City of Fayetteville - Official Bid Tabulation 7151E: 505 FM of ElkinS Outfall - Gravity Sewer Improvements R•1430.44411144144 TA R4CW•Sfit E147404 4.5.1 .9.09•0Tr4.146. 40461•1911.00640IrL inc. 1.1V,As.C77sOn1S/9rt Relicnd Cenrenociten.. me. Oncdplbxf an, LIAM !IA P.k. HUI UM MP 70144 unEkArke TOW 4414 nle• tali LOA Ark, 1441ar 4,44.14,444 1 30441 I 3401,95i4.7 1 LS 07.090.00 3 30,000.00 0 50,40790 5 50,40700 37.0,4(05)07 4 50100,00 15 35.00109 7 41.000.173 $ 35,00000 $ 41005.02 5 50 1300 00 4 10000.00 5 80,9170. 00 $ 10.990.80 3 00.5100 0&'T0 89.000.00 0 00.000.0075 30 5270 CO a TT9450 4 51A7 1 LS • 7 1050.00 7. 51010.00 5 41.101.09_, 5_ 4.00000 5 15 000.00 S 16000.00 0.. • Ede/meow& ' ' 1 L3. 023000.00 5 20.099.01 $ 17.9010 5 7.0.119.00 520900.00 7 00900.00 5 20.90090 5 30.1110100 3 koaaaa 5 saocLoo $ 04.000.00 5 35..700.70 4 5.- Grat!). 5469,1115 20 -'1 LF $ 55.00 5 1.063.08 $ 6100 •5 1.200.00. 3 50.00 0 1.0000.0 7 2.110 5 1.500.00 5 120.00 5 7.400,0.0 S. 50.00 3 1.300.00 5. or 13104iN $0.2I WOO 50 LF 4 75.00 3 2.750.00 $ 5000 5 40.00.00 3 100.00 .415,00030 5 5100.00 5 150.0909 3 40.02 $ 10.000.00 5. 4,000.00 $ 14900.0.9 0 150.00 3 10.0.00.00 5 7.500.09 5 10.090.80 $ 75.00 1 5 3,750.00 3 320.00.00. 1. 3 12900.08 a faxe Man HOMY 1 LS 5 0.000.00 3 9900.00 0 50.00000 0 1010100 O 15,-604.8.5,40 5845r F585 .2500 LF 5 8100 ..) 213,200.00 p 02.00. 5 168990500 3 121.00 $ 312.000.00 j 015.00, j 259,00090 3 19090 5 494000.0.0 9 152.00 1 3 473.20.13.50 a 013.8..,2 5.5 oss45..ur 4,...• 3.25 1900 LF $ 552.00 3 156.800.09 . $ 10126 .5. 3131.00202 '5 180.00 $ 042.00900 5 226.00 3 427.50009 5 20010 3 960.00010 5. 151500 1_3, 351,500.00 9 7654 54064 3 EA $ 1.02 9 3.00 $ 800.90 3 2.4000.0 3 130000 .5 3.0.0900 0 1,000.00 1 1,10.55 A 3.00300 5 9300.40 5 3.060_00 I 0 9,000.00 10 WO06' SIsid..W.Mormini FAN. 420 LF 125.00 A 84509.00 $ 100.00 A 67,200.50 4 10300 3 42.000.00 5 .20000 $ 84900.95 5 155.00 5 90,960.00 5 175,00 '5 79.50020 11 5601m5llgi40IRov01 : 20. EA 5 300..09 3 0,00040 5 75000 5 15,020E10 5 750.0.0 7 15,00040 • 55000 9 1730302 5 1.549,00 s 30.0v5..00 5 1 250.051 1 5 61100100 /2 030404 1656480 299 ZS LP EA 5 3000 t 200300 5 6,70000 .3 93,000.00 3 2306 9 7,00000 5 4,060.00 5 1.02.000.00 $ 3300 , 4 20.0900 3 300.00 5 500.07 3 7,000.00 0 5599700 5 24 0000.0 422.9..SLI_ItEk.00_4_ 3 3,550.00 .0 126.20 91000.00 10.000,00 3050 7 60.000.0 3 0.00.0.0 S 5000.06 3 130.0000.9 5 24_000,00 3 20 000 DO 5 120.00 1 S 24.090.00 0 4.000.00 0 154 ow oo s 10000 $ 14400.00 5 750 00 1 $ 13760.00 5 1,000.7:-') , 5 2.00000 12. 50,56061.48.1b404, 47211.. [001 14 338831647145801. c al Eard Das* 60 0 41F g8.,_ EA eA 5 125.00 5 40040 $ 10O50.00 5 .1040540. 5 20300 5: 20040 5 10,000.012 5 5,00000 15. 1.0...A0.1•., ....4.0, S 12,500.00 $ 000.40 216.002.03 j 500.00 10 R030r604.517e1t51EA:ft 1.1enkie . 2 1 5 $0090 9 1,405.00 $ 1:09...00 S 1,419.00 7 maw 7 7,500.00 3 5990.00 5 2,50000 5 190900 .5 2.50000 0. 2.0.00.00 5 1.000.506 2.000.001 3 2.500.00 5 5000.00 57 Sim Inen. EskeIng 1..133,F1h. 5 2.500.00 $ 1.202.90 1,209.00 3 1.000.00 0. 5900.00 5 2900.05 ! $ 2.000.00 14 44400,0) T56 0,00%04 100 CV S 2300 3 7,203.00 $ 26.00 1 4 MO 00 3 26.00 5 4005,00 1 25.00 3400,00 5 2000. 5 120.00 5 9,200.00 0 900300 5 2000. .1 5 0,72000 5 160.00 I 5 527)0.04 18 Agra Pareemmtftwir 76 SY 5 70.05 • 5 3,525.00 $ 140.00 3 19,600.00 5 102..00 .5 7,500.00 S 115,60 0625,02 7.7.,. Epq4y0.4.96,06TaL•rn 4. gg..... 240 5 4000 kir EA 211' $ 13500 5 75300 0 15.00 3 Re12.08_, 5 2000.0 4100100 ' 0 200.00 5 7299000 5 7.500.09 5 40702,00 5 22509 .15130.00 $ 7500 54,000.0.0. 709.00 5 93 ,00073 00 5 18,000.132 s 200.00 5 2500.60 5 47.00 3 510 5 40,005.00 S 12COO 02 3 50,000.00 5 22,600.02 s 16000 S 1.40002 .5 6010 0 2)40 I 9 7 000 07 0 240000.00 5 13,593.00 21 ' PAateon Oam .5 3,750.00 5 6094.00 5 50399 $ 26.00 5 2500.00 S 10110100 5 1.500.00 5 15.00 0.2 9541411 BA 111c surtRa&m 23 44,4880,e4 1433430.5.0/cciy 45001 LF 3 10.0 3 4.30090 5 2.00 f 5 0.000.00 $ 15.00 5 67,59900 5 490 0.3 SU Re10ora5190 . 1 LS • 0 5,000.00 5 5,000.00 5 0.030.00 0 8.000.00 550.000.00 3 500.0000 000.030,00 5 24303.77 s 15100.00 5. 15 300 Do 7 50.000.0.0 3 50.000.00 •:...•.c. :. .1••-.••• :. .-' ...•_..... • •.... 1 • :. ...• :. .:'• 7... •.:•. .., ToTAL 1.s warmth_ TOTAL i 1910,757.00 TOTAL 9 3,201,500.00 TOTAL S 1.127.023,00 TOTAL 5 1.44043040 50/AL 1, $ 1128200.00 -Nonce, Kg f4d4Ind ili cm1Lnquni c./690. .6.610T ing*LtIo minirnurn wolcirma0ans 6.3 Torn..1 bulharis i, eb.b. b. Cit. La ..* A . PUth, WiTNESS • City Of Fayetteville -.Purchase Order (PO) Request Net a Purceese Os%) All purchases under $2500 shai I housed on a P.Conl UnieSS Medical or 1099 aerWee refuted. (Call x256 with questions) Ali PG Request shall be &Wined 62 the Purchasing e-mail: PurchaSirtg@larayefreiliCar.ta Requisition No.: Date: 2/3/2012 F.0 Number: Lxpecteci Delivery Date: Vendor Number 16735 vendor Name: Rosetta ConstructionYea: Mali XX Na_ Address: P. Q. Sox 14024 Fob Point: Construction Site, Fayetteville Taxa—re Y : No:_XX Quotes Attached Yes' No: XX City: Springfield State: MO Zip Code: . 65514 Ship to code: n Head A,oproval: Requester: David Jurgans Requesters Employee ft: 490 ale ion: 330 Item Description Quantity Unit of Issue Unit Cost Extended Coat Account Numbers ProjecUSubproject # Inventory* Fixed Asset # 2 3 4 5 6 7 8 9 10 Gravity Sewer Line- Elkins °Wall 1 EA 692,223.00 6692,22340 5400.5700.5815.90 10010.1 60.00 60.00 60.00 S0-00 60.00 60.00 60.00 60.00 60.00 . Shipping/Handling Lot 60.00 . aerial Instructions: Subtotal: Tax: Total: 6692,223.00 6692t 2236 00 Approvals: Mayor: Finance Dispatch Department Budget Manager Utilities Manager: Director. ----..--.... Purchasing Manager: 8, Internal Services Director: Manager: f 1 IT Manager Other ROV Med 1W200 PROJECT MANUAL ELKINS OUTFALL GRAVITY SEWER IMPROVEMENTS aye evi e ARKANSAS FAYETTEVILLE, ARKANSAS EPA Stag Grant XP -00F27401-0 PROJECT NUMBER 10010 OCTOBER, 2011 0001.doe 1 0001.doe 2 SECTION TABLE OF CONTENTS TITLE NO. OF PAGES 0001 Title Pages 2 0010 Table of Contents 2 0020 Invitation to Bid 2 0100 Information For Bidders 8 0212 Supplemental Information for Bidders 2 0310 Bid Proposal 6 0311 Bidder's Statement of Subcontractors 2 0312 Bid Bond 2 0420 Statement of Bidder's Qualifications 2 0500 Agreement Between City of Fayetteville and Contractor 4 0600 Arkansas Statutory Performance and Payment Bond 2 0640 Warranty Bond 2 0700 General Conditions 24 0800 USEPA Region 6— Supplemental Conditions 26 0830 Prevailing Wage Rates 4 0840 Notice of Award 2 0845 Notice to Proceed 2 0900 Description of Unit Price Schedule Items 2 1000 General Requirements and Procedures 4 2000 Trench Safety 2 2100 Erosion and Sediment Control 10 2200 Site Preparation 4 2300 Excavation, Backfilling, and Compacting 12 2500 Polyethylene Pipe Installed Using the Pipe Bursting Method 10 3000 Pipe, Fittings, and Materials 12 3100 Sanitary Sewer Pipelines 10 3200 Sanitary Sewer Service Lines (Private Laterals) 8 3300 Manholes 12 3400 Utility Line Bores 4 0010.doc 1 SECTION 3600 5000 5100 5200 6000 6100 6200 TABLE OF CONTENTS TITLE Cast -In -Place Concrete Pipeline Cleaning Pipeline Television Inspection Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines Pavement Repair Lawn and Grass Restoration Final Product Performance Requirements Appendix A -29 CFR PART 1926 SUBPART P (OSHA) Appendix B Stormwater Pollution Prevention Plan END OF SECTION 0010 0010.doc 2 NO. OF PAGES 4 4 4 8 4 8 4 40 58 SECTION 0020 CITY OF FAYETTEVILLE, AR INVITATION TO BID BID 12-16, ELKINS OUTFALL - GRAVITY SEWER IMPROVEMENTS The City of Fayetteville is accepting bids for the replacement of approximately 4,500 feet of existing 10 -inch gravitY sewer line with 18 -inch gravity sewer line using open -cut and pipe bursting methods. Any questions concerning the bidding process should be addressed to Andrea Foren, City of Fayetteville Purchasing Agent, at aforen(4ci.fayettevil1e.ar.us or by calling (479) 575-8220. Bids shall be submitted in a sealed envelope or package labeled "Bid 12-16, Constriction of Elkins Outfall — Gravity Sewer Improvements." All bids shall be received before 2:00 PM local time on Tuesday. January 31, 2012 to the City of Fayetteville, Purchasing Division — Room 306, 113 W Mountain, Fayetteville, Arkansas 72701. A non -mandatory pre-bid meeting will be held on Wednesday. January 11, 2012 at 10:00 AM, local time at Fayetteville City Hall, 113 W. Mountain, Fayetteville, AR, room 326. Bidding documents and plans must be obtained from by contacting the City Purchasing Division. Documents are available via e-mail. Plans can also be reviewed at the Fayetteville Purchasing Division, as listed below. City of Fayetteville, Arkansas Purchasing Division — Attention: Andrea Foren 113 W. Mountain, Suite 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforen®ci.fayetteville.ar.us All bidders need to register as a plan holder with Andrea Foren via e-mail or phone. Failure to register as a plan holder can result in bid rejection. For information concerning the proposed work, contact Shannon Jones, P. E. at shjones@ci.fayetteville.ar.us or by calling (479) 444-3452. Each bid shall be accompanied by a certified check or bid bond, in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond, file marked by the Washington County Circuit Clerk's Office, is required with a contract awarded amount of $20,000.00 or more. A State of Arkansas Contractor's License is required for any bid exceeding $20,000.00. "Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, 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 0020.doc 1 subcontract portions of their contract to qualified small, minority and women business enterprises." "Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the United States Environmental Protection Agency. Neither the United States nor any of its departments, agencies or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in 40 CFR Part 31 excluding the Davis -Bacon Act requirements and the Buy American provisions." "Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications." The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond ninety days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent Ad Dates: 12/29/11 and 01/05/12 END OF SECTION 0020 0020.doc 2 SECTION 0100 INFORMATION FOR BIDDERS 1. DEFINED TERMS Terms used in these Information for Bidders which are defined in the Standard General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to City of Fayetteville, as distinct from Sub -Bidder, who submits a Bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom City of Fayetteville (on the basis of City of Fayetteville's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" included the Advertisement or Invitation to Bid, Information for Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Engineer. Deposit for Bidding Documents are non refundable. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids; the City of Fayetteville does not assume any responsibility for errors or misinterpretations resulting from the use of the incomplete sets of Bidding Documents. 2.3 The City of Fayetteville in making copies of Bidding 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. 3. QUALIFICATIONS OF BIDDERS 3.1 Each Bid must contain evidence of Bidder's qualifications to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. 3.2 Qualifications shall be submitted in a separate sealed envelope at the date and time listed on the Bid Proposal. Refer to Section 00420 — Statement of Bidder's Qualifications. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) 0100.doc 1 consider Federal, State and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2 In the preparation of Contract Documents, the Engineer has relied on the report of soil and subsurface investigation listed in the Supplemental Information For Bidders. A copy of this report is appended (If Provided). The report is not a part of the Contract Documents and is provided for informational purposes only. Neither the City of Fayetteville nor the engineer guarantees the accuracy of the report. The Bidder shall make further investigations and tests as the Bidder deems necessary in order to provide the Work at the Contract Price, within Contract Time, and in accordance with the terms and conditions of the Contract Documents. 4.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the City of Fayetteville by owners of such Underground Facilities or others, and City of Fayetteville does not assume responsibility for the accuracy or completeness thereof, unless it is expressly provided otherwise in the Supplementary Conditions. 4.4 Provisions concerning responsibilities for the adequacy of data furnished to the prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraph 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will be responsible to make or obtain such explorations, tests and data concerning physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.6 On request in advance, City of Fayetteville will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. A representative of the City of Fayetteville shall be present during all tests. 4.7 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 or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by City of Fayetteville. 0100.doc 2 5. INTERPRETATIONS AND ADDENDA 5.1 All questions about the meaning or intent of the Contract Documents are to be directed in writing to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten (10) days prior to the data for opening of Bids may not be answered. Only questions answered by formal, written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Prior to the deadline for receiving Bids, Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of Fayetteville or Engineer. 6. BID SECURITY 6.1 Each Bid must be accompanied by Bid security made payable to City of Fayetteville in an amount of five (5) percent of the Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed), issued by a surety. 6.2 The Bid security of the Successful Bidder will be retained until Bidder has executed the Agreement and furnished the required Contract security, whereupon the Bid security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract security within ten (10) days after the Notice of Award, City of Fayetteville may annul the Notice of Award, and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom City of Fayetteville believes to have a reasonable chance of receiving the award may be retained by City of Fayetteville until the earlier of the seventh (7th) day after the Effective Date of the Agreement or the sixty-first (61st) day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within seven (7) days after the Bid opening. 7. CONTRACT TIME 7.1 The number of days within which the Work is to be substantially completed and also completed and ready for final payment (the Contract Time) are set forth in the Agreement and these Contract Documents. 0100.doc 3 8. LIQUIDATED DAMAGES 8.1 Provisions for liquidated damages, if any, are set forth in the Agreement. 9. SUBSTITUTE OR "OR EQUAL" ITEMS 9.1 The Bid shall be based on the specified products or their approved equal described on the Drawings or written in the Specifications. Any product may be used which is specified by the referenced standards (such as ASTM) and which meets those standards. For products which are specified by naming one or more manufacturers preceded by "equal to" or followed by "or equal," a written request for substitution shall be submitted for approval by the Engineer. Such written requests will be considered up to ten (10) days prior to the scheduled Bid opening. 10. SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1 Subcontractors and suppliers shall be listed, if required, on the Bid Form. .11. BID FORM 11.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from Engineer. 11.2 All blanks on the Bid Form must be completed in ink or by typewriter. 11.3 Unit prices and lump sum amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern and the unit price will govern over the extended amount. 11.4 Bids by corporations must 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 must be affixed and attested by the secretary or an assistance secretary. The corporate address and state of incorporation must be shown below the signature. 11.5 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 11.6 All names must be typed or printed below the signature. 11.7 The Bid shall contain an acknowledgment of receipt of all Addenda the numbers of which must be filled in on the Bid Form). 11.8 The address, telephone number, and fax number if applicable for communications regarding the Bid must be shown. 0100.doc 4 12. SUBMISSION OF BIDS 12.1 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid. Bids shall be bound in the original project manual and shall be enclosed in an opaque sealed envelope, marked with the Project Title (and, if applicable, the designated position of the Project for which the Bid is submitted) and name, address, and contractor's license number of the Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13. MODIFICATION AND WITHDRAWAL OF BIDS 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 13.2 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly - signed, written notice with the City of Fayetteville and promptly thereafter demonstrates to the reasonable satisfaction of City of Fayetteville that there was a material and substantial mistake in the preparation of its Bids, 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. 14. OPENING OF BIDS 14.1 Bids will be opened and (unless obviously non -responsible) read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to the Bidders after the opening of Bids. Bids will be returned without being read aloud if all applicable portions of the Contract Documents are not met by the Bidder. 15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE 15.1 All Bids will remain subject to acceptance for sixty (60) days after the day of the Bid opening, but City of Fayetteville may, in its sole discretion, release any Bid and return the Bid security prior to that date. 0100.doc 5 16. AWARD OF CONTRACT 16.1 City of Fayetteville reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate Contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, City of Fayetteville reserves the right to reject the Bid of any Bidder if City of Fayetteville 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 City of Fayetteville. Discrepancies in 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 C011111311 of figures and the correct sum thereof will be resolved in favor of the correct sum. 16.2 In evaluating Bids, City of Fayetteville will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. City of Fayetteville may accept any such alternatives in any order or combination, whether in the order in which they are listed in the Bid Form or not. 16.3 City of Fayetteville 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 must be submitted as provided in the Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 16.4 City of Fayetteville may conduct such investigations as City of Fayetteville deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City of Fayetteville's satisfaction within the prescribed time. 16.5 If the Contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by City of Fayetteville indicates to City of Fayetteville that the award will be in the best interest of the Project. 16.6 If the Contract is to be awarded, City of Fayetteville will give the successful Bidder a Notice of Award within sixty (60) days after the day of the Bid opening. 0100.doc 6 17. CONTRACT SECURITY 17.1 The General Conditions and the Supplementary Conditions set forth City of Fayetteville's requirements as to Performance and Payment Bond and a Warranty Bond. When the successful Bidder delivers the executed Agreement to City of Fayetteville, it must be accompanied by the required Performance and Payment Bond, a copy of which has been filed with the Washington County Circuit Clerk. At the time of Final Acceptance, the Contractor shall provide the City of Fayetteville the Warranty Bond. 18. SIGNING OF AGREEMENT 18.1 When City of Fayetteville gives a Notice of Award to the successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other written Contract Documents attached. Within ten (10) days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to City of Fayetteville with the required Bonds. Within ten (10) days thereafter, City of Fayetteville shall deliver one fully -signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19. PRE -BID CONFERENCE 19.1 As noted in the Advertisement for Bids. 20. RETAINAGE 20.1 Provisions concerning retainage are set forth in the General Conditions. 21. SPECIAL LEGAL REQUIREMENTS 21.1 Attention of Bidders is called to Act 150, Acts of Arkansas 1965, concerning the licensing of contractors to do business in Arkansas. 21.2 It is conclusively presumed that Bidders have familiarized themselves with Arkansas laws which may be applied to a Contract for the Work proposed herein as the aforementioned Acts are not exclusive. It is further conclusively presumed that Bidders have familiarized themselves with Federal and local laws, ordinances and regulations pertaining to the Work proposed herein. 0100.doc 7 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 0100 O100.doc SECTION 0212 SUPPLEMENTAL INFORMATION FOR BIDDERS 1. BIDDER'S FORMS The BIDDER'S attention is called to the following additional forms which shall be filled out and submitted with the BID: • Section 0660 — Contractor's Act of Assurance Form • EPA Form XP -211— Bidder's Certifications • MBE/WBE/SERA Utilization Information Sheet 2. GENERAL CONDITIONS The BIDDER'S attention is called to all Conditions relating to the Work of this Contract especially Section 0700 - General Conditions as well as Section 0800 -- USEPA Region 6 Supplemental Conditions. 3. SPECIFICATIONS The specifications have been revised since the last contracted construction project. The BIDDER should examine all documents thoroughly. Particular attention is called to Section 0900 — Description of Unit Price Schedule Items, 0212.doc 1 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00212 0212.doc SECTION 0310 BID PROPOSAL LOCATION: CITY OF FAYETTEVILLE, ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 DATE: January 31 2012 at 2:00 p.m. LOCAL TIME Proposal of: Address: Bid For: ELIENS OUTFALL - GRAVITY SEWER IMPROVEMENTS Bid Submitted to: The City of Fayetteville Andrea Foren, Purchasing Agent — Room 306 113 W. Mountain Fayetteville, AR 72701 BIDDER will complete the Work for the unit prices as listed in the Bid Form. Total Base Bid as outlined on Bid Form: Amount in Words Figures The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with CITY OF FAYETTEVILLE in the form included in these Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in these Contract Documents. BIDDER accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete the Work in the Contract Time specified. 0310.doc SECTION 0310 BID PROPOSAL LOCATION: CITY OF FAYETTEVILLE. ROOM 306 113 W. MOUNTAIN FAYETTEVILLE. AR 72701 DATE: January 31 2012 at 2:00 p.m. LOCAL TIME Proposal of SC -7q ,,.. 41 Address: . eD. x z Bid For: ELIUNNS OUTFALL - GRAVITY SEWER IMPROVEMENTS Bid Submitted to: The City of Fayetteville Andrea Foren, Purchasing Agent — Room 306 113 W. Mountain Fayetteville, AR 72701 BIDDER will complete the Work for the unit prices as listed in the Bid Form. Total Base Bid as outlined on Bid Form: 00 Amount in Words Figures The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with CITY OF FAYETTEVILLE in the form included in these Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in these Contract Documents. BIDDER accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete the Work in the Contract Time specified. 0310.doc BIDDER accepts all of the terms and conditions of the Information for Bidders, including without limitation those dealing with the disposition of BID SECURITY. This Bid will remain open for sixty (60) days after the day of Bid Opening. BIDDER will sign the Agreement required by these Contract Documents within ten (10) days after the date of CITY OF FAYETTEVILLE'S Notice of Award. In submission of this BID, BIDDER represents, as more fully set forth in the Agreement, that BIDDER HAS EXAMINED ALL CONTRACT DOCUMENTS (including but not limited to Invitation to Bid, Information for Bidder following ADDENDA: -t f f// and and Supplemental Information for Bidders) and the Failure to list all necessary Agenda issued by the CITY OF FAYETTEVILLE or the ENGINEER could mean the BID submitted by the BIDDER may be deemed unresponsive and not read publicly. In submission of the BID, BIDDER represents, that they have examined the site and locality where the Work is to be performed, the legal requirements (Federal, State and Local Laws, Ordinances, Rules and Regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. In submission of the BID, BIDDER represents, that this BID is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. The BIDDER represents that they have not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID. The BIDDER represents that they have not solicited or induced any person, firm or corporation to refrain from bidding and have not sought by collusion to obtain for themselves any advantage over any other BIDDER or over the CITY OF FAYETTEVILLE. All teams used in the BID are defined and have the meanings assigned to them in the General Conditions of these Contract Documents. Attached to this BID FORM is the required Bid Security in the form of a Bid Bond or Certified Check in the amount of five (5) percent of the Total Bid Amount. 0310.doc 2 BIDDER submitting this BID is: Z A Corporation, incorporated in the State of A1' E A Partnership, consisting of the following partners, whose full names are: ❑ An Individual whose full name is: General Contractor (Firm Name) 4-�-r Signed By Title i 3 Z Date Address Telephone Number & Fax ?ZS9o412 Contractor's License Number 0310.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) 0310.doc 4 SECTION 0310 - BID PROPOSAL Item Approx. Unit Price In No. Item Description Qty. Unit Figures Total 1 Mobilization 1 LS Z dollars $ �� $ 2 Trench & Safety Systems 1 LS dollars oe a` 3 Erosion Control I LS dollars $ ZQr $ 59 4 6" SDR-26 PVC, Gravity Sewer Pipe 20 LF dollars $ 62. $ /, e 5 8" SDR-26 PVC, Gravity Sewer Pipe 50 LF 1C7�` r1r __dollars $ $ 6 Force Main Reroute, 12" DR -14 PVC Pipe & DI Fittings I LS 8/x dollars $ Gam:"° $ 7 18" PVC (P.S. 115), Gravity Sewer Pipe 2600 LF Tr�aG� dollars $ 02r $ 2l3 .` 8 Pipe Bursting From Existing 10" Sewer to 20" DR 17 HDPE (IPS) 1900 LF dollars - $ S2 $ /5O( . �a 0310 doe 5 SECTION 0310 - BID PROPOSAL Item No. Item Description 9 Point Repair Approx. Unit Price In Qty. Unit Figures dollars 10 Install 30" Steel Encasement Pipe �Nd�'.¢'uiKOwt ✓J J"YI' a dollars 11 Service Reinstatement dollars 12 Service Laterals 7.�fl.TY dollars 13 Standard Manhole, 4' Dia. 0'-6' dollars 14 Standard Manhole, 4' Dia. Extra Depth • �rj„�aollars 15 Manhole, Existing, Remove dollars 16 Reconstruct Invert in Existing Manhole dollars 0310.doc 6 3 EA 420 LF 20 EA 200 LF 26 EA 80 VF 25 EA 2 EA Total $ / Z5.0' $ S SQQ.O� $ 3rr $I 0 4 $ 2 $ c'rJZ coed $ 1Z5. $ t000 a $'5ek J .. $ /C1Y?D $ cC.U7 $ f 6o:s SECTION 0310 - BID PROPOSAL Item Approx. Unit Price In No. Item Description Qt . Unit Figures Total 17 Tie Into Existing Manhole 1 EA ,rrw- 7I3 Cl s.+.e> ,�atr dollars o0 $ (��1 r� i V5.Csb /'YU�VdHtGF 7i!!{ Y $ X335. 18 Additional Trench Bedding 160 CY dollars $ 2O $ 3 2O0,a 19 Asphalt Pavement Repair 75 SY dollars $ $ 20 Epoxy Coating System, �P 4' Diameter 240 VF GL,�,r�srl uy�ws rr� ✓ dollars .° 274O O7 ca 21 Mitigation Dam 5 EA dollars $ 75O $ 3. 750., 22 Stream Bank Stabilization 4000 SY dollars $ 57 $ ()OCXX 23 Acceptance Inspection by CCTV 4500 LF dollars 24 Site Restoration 1 LS iePr 7,{ ,✓'7e1�/D dollars 100 $ -:: Q O310.doc 7 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 0310 0310.doc :31NJ-%]i1.. Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Rosetta Construction, LLC. as Principal, hereinafter called the Principal, and the Hartford Fire Insurance Company of One Hartford Plaza, Hartford, CT. 06155 (888) 266-3488 , a corporation duly organized under the laws of the State of Connecticut , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, Arkansas as Obligee, hereinafter called the Obligee, in the sum of 5%of Bid Amount------------------------------------------------------------------ Dollars ($ 5% of Bid Amount ) , 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. WHEREAS, the Principal has submitted a bid for Elkins Outfall Gravity Sewer Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract 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 31st day of January 2012 Witness Witness Rosetta Construction, LLC. (Seal) I Principal !aa, �yaels�i��t Title Hartford Fire Insuran Company { By Callae J. Doty Attorney -in -Fact FRP Direct Inquiries/Claims to: THE HARTFORD POSTER. OF ATTORNEY P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call 888-256-3488 or fax: 860-757-5835 KNQW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 37-280517 r ^ , l Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of -Connecticut Hartford Casualty insurance Company, a corporation duly organized under the laws of the State of Indiana I I Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire. insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of lllnnois Hartford insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company ofthe Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies) do hereby make, constitute and appoint, up to the amount of unlimited: Callae J. Doty, Gary L. Yost, De EldaF. Rogers, William L. Southworth, Jr., Thomas A. Monteleone, Brand! J. Bradley Of Springfield, MO their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by 0, and to execute, seal and acknowledge arty and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. &1 (tiL1 4;�nrot.t'r`9 J' \tti1974 'sJY Scott Sadowsky, Assistant Secretary STATE OFCONNECfI'CUT Hartford COUNTY OF HARTFORD r M. Ross Fisher, Assistant Vice President On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides, in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the .above instrument; that he knows the seal's of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Scott E_Paseke Nolary Public CI�AtE My Commission Expires October 31, 2012 i, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which Is still in full force effective as of. January 31, 2012. Signed and sealed at the City of Hartford. ytf�xr �:►� pu_ ,a•rear4#r L f r t'I..'i ,� 1097 r ,,I - w °.lnret+t s► " ��rtaWt► �i 1974aTa±t ' +� �FS17il rt YaL r �'tU•oYti' rHt•1�' Gary W. Stumper, Assistant Vice President SECTION 0311 BIDDER'S STATEMENT OF SUBCONTRACTORS The undersigned BIDDER proposes and agrees, if this BID is accepted, to use the following proposed subcontractors on this Work: NAME BUSINESS ADDRESS WORK TO BE PERFORMED b 7i i r ,Ga�7 7-V 1. Fi ,w Cesar; ;JiE'a't- c7 / 611!°d c�,+a � - — •¢iP �' 2. 3. 4. 5. 6. The undersigned BIDDER agrees that seventy percent (70%) of the Work will be required to be performed with his own forces unless a variance is requested and granted from the CITY OF FAYETTEVILLE. 0311.doc 1 (THIS PAGE INTENTIONALLY LEFT BLANK) 0311.doc SECTION 0312 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the City of Fayetteville in the penal sum of for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for Project NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 0312.doc 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, this (Principal) (Surety) day of END OF SECTION 0312 0312.doc SECTION 0420 STATEMENT OF BIDDER'S QUALIFICATIONS All requests must be addressed in writing and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The BIDDER may submit any additional information he/she desires. A. REQUESTS REGARDING BIDDER 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you. (If so, where and why?) 9. Have you ever defaulted on a contract? (If so, where and why?) 10. List similar project of the size and magnitude of this Project which were completed by your company, stating the cost for each and the month and year completed. Include the entity for which the work was performed with names, titles, and phone numbers. 11. List your major equipment currently available for this contract and designate whether owned or leased. 12. Background and experience of field personnel currently employed by your organization who will perform the work. 13. Background and experience of the principal, members (officers) of your organization. Include president, vice president, secretary, treasurer, etc. 14. Give Bank reference. 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that maybe required by the City of Fayetteville. 16. Give bonding agent and limit. 17. If subcontractor is to be used for this contract, state the percentage of work anticipated to be completed by subcontractor. If subcontractor is to perform work, a separate Statement of Bidder's Qualifications regarding subcontractor and the method used by the subcontractor. Refer to Section 0100 & Section 0311. 0420.doe Submit this Statement of Bidders Qualifications to the engineer. Qualifications shall be submitted in a separate sealed envelope at the date and time listed on the Bid Proposal. (Name of Bidder) By: cL Title: END OF SECTION 0420 0420.doc 2 SECTION 0500 AGREEMENT BETWEEN CITY OF FAYETTEVILLE AND ROSETTA CONSTRUCTION, LLC THIS AGREEMENT is dated as of the (4 4 day of in the year 2012 by and between the CITY OF FAYETTEVILLE and ROSETTA CONSTRUCTION, LLC. 1. The ROSETTA CONSTRUCTION, LLC shall commence and complete all Work as specified or indicated in the Contract Documents. The WORK is generally described as follows: ELKINS OUTFALL - GRAVITY SEWER IMPROVEMENTS 2. The ROSETTA CONSTRUCTION, LLC shall furnish all materials, supplies, tools, equipment, labor and other service necessary for the completion of the WORK described herein. 3. The ROSETTA CONSTRUCTION, LLC shall commence the WORK required by the CONTRACT DOCUMENTS on or before a date to be specified in the NOTICE TO PROCEED and completed and ready for final payment within 180 calendar days. The ROSETTA CONSTRUCTION, LLC shall pay the CITY OF FAYETTEVILLE, as liquidated damages, the sum of $500 for each calendar day thereafter that the WORK is not complete. 4. - The ROSETTA CONSTRUCTION, LLC agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein as shown in the BID PROPOSAL. 5. The term CONTRACT DOCUMENTS shall mean and include the following: 5.1 Invitation to Bid 5.2 Information for Bidders 5.3 Supplemental Information for Bidders 5.4 Bid Proposal 5.5 Bid Bond 5.6 Agreement Between City of Fayetteville and ROSETTA CONSTRUCTION, LLC 5.7 Performance and Payment Bond 5.8 General Conditions 5.9 Prevailing Wage Rates 5.10 Notice of Award 5.11 Notice to Proceed 5.12 Project Manual 5.13 Addenda Numbers 1 to 1. 5.14 Change Orders 0500.doc I 6. The CITY OF FAYETTEVILLE shall pay the ROSETTA CONSTRUCTION, LLC in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. MISCELLANEOUS 8.1. Terms used in the Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions. 8.2. 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. 8.3. City of Fayetteville and Contractor each binds itself, it 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. 8.4. 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 stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5. 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. 8.6. Freedom of Information Act. City of Fayetteville 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, 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 maybe assessed for this compliance. 8.7. This contract must be interpreted under Arkansas Law. 0500.doc 2 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and ROSETTA CONSTRUCTION, LLC have signed this Agreement in quadruplicate. Three counterparts have been delivered to the City of Fayetteville, and one counterpart has been delivered to Contractor. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Contractor or identified by Engineer on their behalf. OWNER [CORPORATE SEAL] Address for giving notices: 113 W. Mountain Fayetteville, AR `���sstnnrrrhr�r 727O1f' G F •• �� £U• FAYETTEVILLE: ems• �•f.a ", G 1 Ot'`,�.��e CONTRACTOR ROSETTA CONSTRUCTION, LLC [CORPORATE SEAL] ATTEST .,asn Address for giving notices: P.O. BOX 14024 Springfield, MO 65814 License No. 0172540412 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 0500.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 0500 0500.doo SECTION 0600 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Principal, hereinafter called Principal, and as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville in the amount of Dollars ($ ) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, and successors, and assigns, jointly and severally, and firmly by these presents. Principal has by written agreement dated entered into a contract with City of Fayetteville for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the City of Fayetteville from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the City of Fayetteville all outlay and expense which the City of Fayetteville may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the City of Fayetteville's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. 0600.doc 1 No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the City of Fayetteville after six months from the date final payment is made on the Contract, not shall any suit, action or proceeding be brought by the City of Fayetteville after two years from the date on which the final payment under the Contract falls due. Any Alterations which may be made in the terms of the contract or in the work to be done under it, or the giving by the City of Fayetteville of any extension of time for the performance of the Contract, or any other forbearance on the part either of the City of Fayetteville or Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of Sureties of any such alteration, extension, or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set herein. Executed on the day of 20 By (Seal) Principal Witness: ) Attest: ) (Seal) Surety This Bond is given in Compliance with Act 351 of 1953, as amended. END OF SECTION 0600 0600.doc 2 SECTION 0640 WARRANTY BOND We, , as principal ("Principal"), and as surety ("Surety"), are hereby jointly and severally held and firmly bound unto the City of Fayettevillefor the payment of Dollars ($ ), subject to the terms and conditions provided herein. WHEREAS, Principal executed and entered into that certain Agreement with City of Fayetteville for dated , 20 (the "Contract"), the provisions of which are incorporated herein by reference, and unless otherwise defined herein all defined terms used or referred to herein shall have the meaning ascribed thereto in the Contract. In addition to other obligations and liabilities, the Contract required Principal to perform the Work for the Project and to furnish this Bond to City of Fayetteville in compliance with Article 22 of the General Conditions. NOW THEREFORE, the obligations of Principal and Surety herein shall remain in full force and effect as provided herein, subject to becoming null and void upon the occurrence of either or both of the conditions that (a) Principal shall fully perform and satisfy all obligations and liabilities of Principal under the warranty and guarantee provisions of Article 29 of the General Conditions, as modified or supplemented by the Supplementary Conditions or any other applicable Contract Documents, at any time within two years after the date of Final Acceptance or such longer period of time as may be prescribed therein(the "Warranty Period"), all of which includes without limitation either correcting the defective Work, or removing and replacing it with nondefective Work, or paying all direct, indirect or consequential costs of such correction or removal and replacement, all as provided therein, or (b) City of Fayetteville shall fail to institute a lawsuit, action or other proceeding under this Bond before the expiration of three (3) months following the end of the Warranty Period. 0640.doc 1 FURTHER PROVIDED, that (a) any changes, modifications, amendments, alterations or supplementations in or to the Contract, and Contract Documents or the Work, or the giving by City of Fayetteville of any extension of time for the performance of the Contract, or any other forbearance on the part of either City of Fayetteville or Principal to the other, shall not in any way release the Principal or Surety, or either of them, from their liability hereunder, notice to the Surety of any of the foregoing being hereby waived, (b) in no event shall the aggregate liability of Surety exceed the amount set out herein, and (c) the rights and obligations hereof shall be binding upon and shall inure to the benefit of Principal, Surety, City of Fayetteville and their respective heirs, legal representatives, partners, privies, successors and assigns, provided that nothing herein shall authorize the assignment of any such rights and obligations. Date of project final completion is value and shall effective for a period of two years. Executed on the day of Witness: Attest: The bond shall be 50% of the final project Seal) (Seal) Surety END OF SECTION 0640 0 0640.doc 2 SECTION 0660 CONTRACTOR'S ACT OF ASSURANCE FORM g.� As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized Lam` agent of the company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub -contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination, €T NONSEGREGATED FACILITIES The company that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under company control where segregated facilities are maintained; and that the company will obtain a similar certification prior to the award of any subcontract exceeding $10,000 which is not exempt from the equal opportunity clause. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract: Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in the performance of the contract. PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; I 0660.doc (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. AUTHORIZED REPRESENTATIVE COMPANY NAME:c�-� SIGNATURE: - DATE: / 3 ! /Z PRINTED NAME:___________________ TITLE: ____ ____ END OF SECTION 0660 0660.doc 2 SECTION 0700 GENERAL CONDITIONS 1. Definitions 2. Additional Instructions and Detail Drawings 3. Schedules, Reports and Records 4. Drawings and Specifications 5. Shop Drawings 6. Materials, Services and Facilities 7. Inspection and Testing 8. Substitutions 9. Patents 10. Surveys, Permits, and Regulations 11. Protection of Work, Property, and Persons 12. Supervision by Contractor 13. Changes in the Work 14. Changes in Contract Price 15. Time for Completion and Liquidated Damages 16. Correction of Work 17. Subsurface Conditions 18. Suspension of Work, Termination and Delay 19. Payments to Contractor 20. Acceptance of Final Payment as Release 21. Insurance 22. Contract Security 23. Assignments 24. Indemnification 25. Separate Contracts 26. Subcontracting 27. Engineer's Authority 28. Land and Rights -of -Way 29. Guaranty 30. Taxes 31. Excess Engineering Costs 32. Documents to be Kept on the Job Site 33. Prosecution of the Work 34. Sanitary Facilities 0700.doc 1 1. DEFINITIONS 1.1 Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof: 1.2 ADDENDA - Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings and Specifications, by additions, deletions, clarifications or corrections. 1.3 BID - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.4 BIDDER - Any qualified person, firm or corporation submitting a Bid for the Work. 1.5 BONDS - Bid, Performance and Payment Bonds and other instruments of security, furnished by the Contractor and his surety in accordance with the Contract Documents. 1.6 CHANGE ORDER - A written order to the Contractor authorizing an addition, deletion or revision in the Work within the general scope of the Contract Documents, or authorizing an adjustment in the Contract Price or Contract Time. 1.7 CONTRACT DOCUMENTS - The contract, including Advertisement For Bids, Information For Bidders, Bid Proposal, Bid Bond, Agreement, Payment Bond, Performance Bond, Notice Of Award, Notice To Proceed, Change Order, Drawings, Specifications, and Addenda. 1.8 CONTRACT PRICE - The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 1.9 CONTRACT TIME - The number of calendar days stated in the Contract Documents for the completion of the Work. 1.10 CONTRACTOR - The person, firm or corporation with whom the City of Fayetteville has executed the Agreement. 1.11 DRAWINGS - The part of the Contract Documents which show the characteristics and scope of the Work to be performed and which have been prepared or approved by the Engineer. 1.12 ENGINEER — The Engineering Department of the City of Fayetteville, or their authorized representative. 07oo.doc 2 1.13 FIELD ORDER - A written order effecting a change in the Work not involving an adjustment in the Contract Price or an extension of the Contract Time, issued by the Engineer to the Contractor during construction. 1.14 NOTICE OF AWARD - The written notice of the acceptance of the Bid from the City of Fayetteville to the successful Bidder. 1.15 NOTICE TO PROCEED - Written communication issued by the City of Fayetteville to the Contractor authorizing the Contractor to proceed with the Work and establishing the date of commencement of the Work. 1.16 OWNER — The City of Fayetteville. 1.17 PROVIDE — Furnish and install, complete in place, operating, tested and approved. 1.18 PROJECT - The undertaking to be performed as provided in the Contract Documents. 1.19.. PRODUCTS — The materials, systems, and equipment provided by the Contractor. 1.20 PROJECT REPRESENTATIVE - The authorized representative of the City of Fayetteville who is assigned to the Project site or any part thereof. 1.21 SHOP DRAWINGS - All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific portions of the Work shall be fabricated or installed. 1.22 SPECIFICATIONS - A part of the Contract Documents consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards and workmanship. 1.23 SUBCONTRACTOR - An individual, firma or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the site. 1.24 SUPPLEMENTAL GENERAL CONDITIONS - Modifications to General Conditions required by a Federal agency for participation in the Project and approved by the agency in writing prior to inclusion in the Contract Documents. 1.25 SUPPLIERS - Any person, supplier or organization who supplies materials or equipment for the Work, including that fabricated to a special design, but who does not perform labor at the site. 0700.doc 3 1.26 WORK - All labor necessary to produce the construction required by the Contract Documents, and all materials and equipment incorporated or to be incorporated in the Project. 1.27 WRITTEN NOTICE - Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address, or delivered in person to said party or his authorized representative on the Work. 2. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS 2.1 The Contractor maybe furnished additional instructions and detail drawings, by the Engineer, as necessary to carry out the Work required by the Contract Documents. 2.2 The additional drawings and instructions thus supplied will become a part of the Contract Documents. The Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. 3. SCHEDULES, REPORTS AND RECORDS 3.1 The Contractor shall submit to the City of Fayetteville such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the City of Fayetteville may request concerning Work performed or to be performed. 3.2 Prior to the first partial payment estimate the Contractor shall submit schedules showing the order in which the Contractor proposes to carry on the Work, including dates at which the Contractor will start the various parts of the Work, estimated date of completion of each part and, as applicable: 3.2.1 The dates at which special detail drawings will be required; and 3.2.2 Respective dates for submission of Shop Drawings, the beginning of manufacture, the testing and the installation of materials, supplies, and equipment. 3.3 The Contractor shall also submit a schedule of payments that the Contractor anticipates earning during the course of the Work. 4. DRAWINGS AND SPECIFICATIONS 4.1 The intent of the Drawings and Specifications is that the Contractor shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental work necessary to complete the Project in an acceptable manner, ready for use, occupancy or operation by the City of Fayetteville. The Drawings and Specifications 0700.doc 4 are intended to supplement but not duplicate each other. An item of Work indicated in one and not the other shall be performed by the Contractor just as if it had been indicated in both. 4.2 It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the Work, the conformation of the ground, the character of the equipment and facilities needed preliminary to and during the prosecution of the Work, the character, quality and quantity of the materials to be encountered, the general and local conditions, and all other matters which can, in any way, affect the Work under this Contract. 4.3 Figure dimensions on Drawings shall govern over scale dimensions, and detailed Drawings shall govern over general Drawings. The Contractor shall not perform Work based on "scaled" measurements of Drawings, but shall obtain written instructions from the Engineer as to the dimensions to be used before proceeding with the Work. 4.4 Any discrepancies found between the Drawings and Specifications and site conditions or any inconsistencies or ambiguities in the Drawings or Specifications shall be immediately reported to the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. 4.5 The Specifications are written in imperative and abbreviated form. The imperative language is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," "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, all indicated requirements shall be performed whether stated imperatively or otherwise. 4.6 Whenever the term "Work Included" is used as an article or paragraph heading in Part 1 of a Specification Section, it is merely a listing of the significant items described with the section and is not intended to "scope" the section or to imply a trade responsibility." 4.7 Whenever the words "approved," "satisfactory," "directed," "submitted," "inspected," or similar words or phrases are used in the Contract Documents, it shall be assumed that the term "Engineer or his representative" follows the verb as the object of the clause, such as "approved by the Engineer or his representative," or "submitted to the Engineer or his representative." 0700.doc 5 5. SHOP DRAWINGS 5.1 The Contractor shall provide Shop Drawings as maybe necessary for the prosecution of the Work as required by the Contract Documents. The Engineer shall promptly review all Shop Drawings. The Engineer's approval of any Shop Drawing shall not release the Contractor from responsibility for deviations from the Contract Documents. The approval of any Shop Drawings which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. 5.2 When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. 5.3 Portions of the Work requiring a Shop Drawing or sample submission shall not begin until the Shop Drawing or submission has been approved by the Engineer. A copy of each approved Shop Drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. 6. MATERIALS, SERVICES AND FACILITIES 6.1 It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the Work within the specified time. 6.2 Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be located so as to facilitate prompt inspection. 6.3 Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. 6.4 Materials, supplies and equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer. 6.5 Materials, supplies or equipment to be incorporated into the Work shall not be purchased by the Contractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. 0700.doc 6 7. INSPECTION AND TESTING 7.1 All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards. 7.2 The Contractor shall provide at his expense the necessary testing and inspection services required by the Contract Documents, unless otherwise provided. 7.3 The City of Fayetteville shall provide all other inspection and testing services not required by the Contract Documents. 7.4 If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice of readiness. The Contractor will then furnish the Engineer the required certificates of inspection, testing or approval. 7.5 Neither observations by the Engineer nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the requirements of the Contract Documents. 7.6 The Engineer and his representatives will at all times have access to the Work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the Work and also for any inspection, or testing thereof. 7.7 If any Work is covered contrary to the written request of the Engineer it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 7.8 If any Work has been covered which the Engineer has not specifically requested to observe prior to its being covered, or if the Engineer considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the Work in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such Work is defective, the Contractor will bear all expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such Work is not found to be defective, the Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate Change Order shall be issued. 0700.doc 7 8. SUBSTITUTIONS 8.1 Whenever a material, article or piece of equipment is identified on the Drawings or Specifications by reference to brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number, and if, in the opinion of the Engineer, such material, article, or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deductible from the Contract Price and the Contract Documents shall be appropriately modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the Contract Price or Contract Time. 9. PATENTS 9.1 The Contractor shall pay all applicable royalties and license fees. The Contractor shall defend all suits or claims for infringement of any patent rights and save the City of Fayetteville harmless from loss on account thereof, except that the City of Fayetteville shall be responsible for any such loss when particular process, design, or the product of a particular manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, the Contractor shall be responsible for such loss unless the Contractor promptly gives such information to the Engineer. 10. SURVEYS, PERMITS, REGULATIONS 10.1 The Engineer shall furnish all land surveys and establish all base lines for locating the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the information provided by the Engineer, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and .other working points, lines, elevations and cut sheets. 10.2 The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, the Contractor shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 0700.doc 10.3 Permits and licenses of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City of Fayetteville, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in Section 13, Changes In The Work. 11. PROTECTION OF WORK, PROPERTY AND PERSONS 11.1 The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the Work and other persons who may be affected thereby, all the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 11.2 The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. The Contractor will erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for safety and protection. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, except damages or loss attributable to the fault of the Contract Documents or to be acts or omissions of the City of Fayetteville or the 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 the Contractor. 11.3 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or City of Fayetteville, shall act to prevent threatened damage, injury or loss. The Contractor will give the Engineer prompt Written Notice of any significant changes in the Work or deviations from the Contract Documents caused thereby, and a Change Order shall thereupon be issued covering the changes and deviations involved. 0700.doc 9 12. SUPERVISION BY CONTRACTOR 12.1 The Contractor will supervise and direct the Work. The Contractor will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. 12.2 The City of Fayetteville shall have the authority to require the Contractor to remove from the work any incompetent or insubordinate superintendent. 13.1 The City of Fayetteville may at any time, as the need arises, order changes within the scope-of.the Work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents, or in the time required for performance of the Work, an equitable adjustment shall be authorized by Change Order, 13.2 The Engineer, also, may at any time, by issuing a Field Order, make changes in the details of the Work. The Contractor shall proceed with the performance of any changes in the Work so ordered by the Engineer unless the Contractor believes that such Field Order entitles him to a change in Contract Price or Time, or both, in which event the Contractor shall give the Engineer Written Notice thereof within fifteen (15) days after the receipt of the ordered change, and the Contractor shall not execute such changes pending the receipt of an executed Change Order or further instruction from the City of Fayetteville. 14.1 The Contract Price maybe changed only by a Change Order. The value of any Work covered by a Change Order or of any claim for increase or decrease in the Contract Price shall be determined by one or more of the following methods in the order of precedence listed below: 14.1.1 Unit prices previously approved. 14.1.2 An agreed lump sum. 14.1.3 The actual cost for labor, direct overhead, materials, supplies equipment, and other services necessary to complete the work. In addition there shall be 0700.doc 10 added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the Work to cover the cost of general overhead and profit. 14.2 The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustments under the following conditions: 14.2.1 If the total cost of a particular item of Unit Price Work amounts to five (5) percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and 14.2.2 If there is no corresponding adjustment with respect to any other item of Work; and 14.2.3 If Contractor believes that it has incurred additional expense as a result thereof; or 14.2.4 If Engineer believes that the quantity variation entitle it to an adjustment in the Unit Price, either Engineer or Contractor may make a claim for an adjustment in the Contract Price in accordance with Article 13, if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed. 15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 15.1 The date of beginning and the time for completion of the Work are essential conditions of the Contract Documents and the Work embraced shall be commenced on a date specified in the Notice -To -Proceed. 15.2 The Contractor will proceed with the Work at such rate of progress to insure full completion within the Contract Time. It is expressly understood and agreed, by and between the Contractor and the City of Fayetteville, that the contract Time for the completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. 15.3 The following holidays will be observed by the City of Fayetteville and have been considered when calculating the contract time. 15.3.1 New Year's Day 15.3.2 Martin Luther King, Jr. 15.3.3 President's Day 15.3.4 Memorial Day 15.3.5 Independence Day 15.3.6 Labor Day 15.3.7 Veteran's Day 0700.doc 11 15.3.8 Thanksgiving (2 days) 15.3.9 Christmas (2 days) 15.4 The calendar contract time includes delays for normal weather related events such as rain, snow, and freezing temperatures that may affect the progress of the Work. An average delay of five (5) calendar days per month has been considered when calculating the contract time. A request for an extension of time shall not be granted until the specific number of documented weather delays within the contract time has been exceeded, inclusive of weekends. 15.5 If the Contractor shall fail to complete the Work within the Contract Time, or extension of time granted by the City of Fayetteville, then the Contractor will pay to the City of Fayetteville the amount for liquidated damages as specified in the Agreement Between City of Fayetteville And Contractor for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 15.6 The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the following, and the Contractor has promptly gives Written Notice of such delay to the City of Fayetteville or Engineer: 15.6.1 To any acts of the Government, including controls or restrictions upon or requisitioning of materials, equipment, tools, or labor by reason of war, National Defense, or any other national emergency. 15.6.2 To any acts of the City of Fayetteville not contemplated by this Agreement. 15.6.3 To causes not reasonable foreseeable by the parties of this Contract which are beyond the control and withhold the fault or negligence of the Contractor, including but not restricted to, acts of nature or of the public enemy, acts of another Contractor in the performance of some other Contract with the City of Fayetteville, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions; and, 15.6.4 To any delay of any subcontractor occasioned by any of the causes specified in Subparagraphs 1, 2, and 3 of this Paragraph 15.6. 15.7 Provided, however, that the Contractor promptly notifies the City of Fayetteville in writing within ten (10) days of the cause of delay. Upon receipt of such notification, the City of Fayetteville shall ascertain the facts and the cause and extent of delay. If, upon the basis of the facts and terms of the Contract, the delay is properly excusable, the City of Fayetteville shall extend the time for completing the Work for a period of time commensurate with the period of excusable delay. 0700.doc 12 16. CORRECTION OF WORK 16.1 The Contractor shall promptly remove from the premises all Work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not, and the Contractor shall promptly replace and re -execute the Work in accordance with the Contract Documents and without expense to the City of Fayetteville and shall bear the expense of making good all Work of other Contractors destroyed or damaged by such removal or replacement. 16.2 All removal and replacement Work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected Work within ten (10) days after receipt of Written Notice, the City of Fayetteville may remove such Work and store the materials at the expense of the Contractor. 17. SUBSURFACE CONDITIONS 17.1 In the preparation of Contract Documents, the Engineer has relied upon the report of soil and subsurface investigations listed in the Supplemental Information For Bidders (If Listed). 17.1.1 The above report is not part of the Contract Documents and is provided for information purposes only. Neither the City of Fayetteville nor the Engineer guarantees the accuracy of the report. The Contractor shall make further investigations and tests as deemed necessary. 17.2 The Work included in this Project may require excavation and related activities in close proximity to existing buried and aerial utility lines and facilities, such as water lines, sewer lines, storm drains, natural gas lines, electrical power lines, telephone cables, and TV cables. Where their presence is known, the approximate location of such utilities is shown on the Drawings, but all such utilities and individual service lines are not shown. The Contractor shall be aware of the potential for such utility lines to conflict with intended construction efforts, and the Contractor shall use appropriate precautionary measures to locate and protect such utility lines and services so as to avoid damage and interruptions to service. 17.3 The Contractor shall promptly, and before such conditions are disturbed, except in the event of an emergency, notify the City of Fayetteville by Written Notice o£ 17.3.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents; or 17.3.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in Work of the character provided for in the Contract Documents. 0700.doc 13 17.4 The City of Fayetteville shall promptly investigate the conditions, and if the City of Fayetteville finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, and equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless the Contractor has given the required Written Notice; provided that the City of Fayetteville may, if the City of Fayetteville determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. 18. SUSPENSION OF WORK, TERMINATION AND DELAY 18.1 The City of Fayetteville may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the Contractor, by Written Notice to the Contractor and the Engineer which notice shall fix the date on which Work shall be resumed. The Contractor will resume that Work on the date so fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension. 18.2 If the Contractor is adjudged as bankrupt or insolvent, or if the Contractor makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if the Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws, or if the Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if the Contractor repeatedly fails to make prompt payments to Subcontractors for labor, material or equipment or if the Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the Work or if the Contractor disregards the authority of the Engineer, or if the Contractor otherwise violates any provision of the Contract Documents, then the City of Fayetteville may, without prejudice to any other right or remedy and after giving the Contractor and his surety a minimum of ten (10) days from delivery of a Written Notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor, and finish the Work by whatever method the City of Fayetteville may deem expedient. In such case the 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 and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the City of Fayetteville. Such costs incurred by the City of Fayetteville will be determined by the Engineer and incorporated in a Change Order. 0700.doc 14 18.3 Where the Contractor's services have been so terminated by the City of Fayetteville, said termination shall not affect any right of the City of Fayetteville against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the City of Fayetteville due the Contractor will not release the Contractor from compliance with the Contract Documents. 18.4 After ten (10) days from delivery of a Written Notice to the Contractor and the Engineer, the City of Fayetteville may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all Work executed and any expense sustained plus reasonable profit. 18.5 If, through no act or fault of the Contractor, the Work is suspended for a period of more than ninety (90) days by the City of Fayetteville or under an order of court or other public authority, or the Engineer fails to act on any request for payment within thirty (30) days after it is submitted, or the City of Fayetteville fails to pay the Contractor substantially the sum approved by the Engineer or awarded by arbitrators within thirty (30) days of its approval and presentation, then the Contractor may, after ten (10) days from delivery of a Written Notice to the City of Fayetteville and the Engineer, terminate the Contract and recover from the City of Fayetteville payment for all Work executed and all expenses sustained. In addition and in lieu of terminating the Contract, if the Engineer has failed to act on a request for payment or if the City of Fayetteville has failed to make any payment as aforesaid, the Contractor may upon ten (10) days notice to the City of Fayetteville and the Engineer stop the Work until the Contractor has been paid all amounts then due, in which event and upon resumption of the Work, Change Orders shall be issued for adjusting the Contract Price or extending the Contract Time or both to compensate for the costs and delays attributable to the stoppage of the Work. 18.6 If the performance of all or any portion of the Work is suspended, delayed, or interrupted as a result of a failure of the City of Fayetteville or Engineer to act within the time specified in the Contract Documents, or if no time is specified, within a reasonable time, an adjustment in the Contract Price or an extension of the Contract Time, or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure of the City of Fayetteville or Engineer. 19. PAYMENTS TO CONTRACTOR 19.1 At least ten days before each progress payment falls due (but not more often than once a month), the Contractor will submit to the Engineer a partial payment estimate filled out and signed by the Contractor covering Work performed during the period covered by the partial payment estimate and supported by such data as the Engineer may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting 0700.doc 15 data, satisfactory to the City of Fayetteville, as will establish the City of Fayetteville's title to the material and equipment and protect his interest therein, including applicable insurance. The Engineer will, within ten days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the City of Fayetteville, or return the partial payment estimate to the Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The City of Fayetteville will endeavor within thirty (30) days of presentation of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The City of Fayetteville shall retain five (5) percent of the amount of each payment. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000 unless authorized by Engineer. On completion and acceptance of a part of the Work on which the price is stated separately in the Contract Documents, payment maybe made in full, including retained percentages, less authorized deductions. 19.2 The request for payment may also include an allowance for the cost of such major materials and equipment which are securely stored either at or near the site. 19.3 All Work covered by partial payment made shall thereupon become the sole property of the City of Fayetteville, but this provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the Work upon which payments have been made or the restoration of any damaged Work, or as a waiver of the right of the City of Fayetteville to require the fulfillment of all terms of the Contract Documents. 19.4 The City of Fayetteville will have the right to enter the premises for the purpose of doing work not covered by the Contract Documents. This provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the Work, or the restoration of any damaged Work except such as may be caused by agents or employees of the City of Fayetteville. 19.5 Upon completion and acceptance of the Work, the Engineer shall issue a certificate attached to the final payment request that the Work has been accepted by him under the condition of the Contract Documents. The entire balance found to be due the Contractor, including the retained percentages, but except such sums as may be lawfully retained by the City of Fayetteville, shall be paid to the Contractor within thirty (30) days of completion and acceptance of the Work. 19.6 The Contractor will indemnify and save the City of Fayetteville or the City of Fayetteville's agents harmless from all claimsgrowing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machines and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of the performance of the Work. The Contractor shall, at the City of 0700.doc 16 Fayetteville's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so the City of Fayetteville may, after having notified the Contractor, either pay unpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the City of Fayetteville to either the Contractor, his surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the City of Fayetteville shall be considered as a payment made under the Contract Documents by the City of Fayetteville to the Contractor and the City of Fayetteville shall not be liable to the Contractor for any such payments made in good faith. 20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE .. 20.1 The Acceptance by the Contractor of final payment shall be and shall operate as a release to the City of Fayetteville of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this Work and for every act and neglect of the City of Fayetteville and others relating to or arising out of this Work. Any payment, however, final or otherwise, shall not release the Contractor or his sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. 21. INSURANCE 21.1 The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's execution of the Work, whether such execution be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 21.1.1 Claim under worker's compensation, disability benefit and other similar employee benefit acts; 21.1.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 21.1.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 21.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor, or 0700.doc 17 (2) by any other person; 21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom; 21.1.6 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 21.1.7 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. 21.2 The Contractor shall procure and maintain, at his own expense, during the Contract Time, liability insurance as specified in Paragraph 21.7. 21.3 The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for Work to be Performed. Unless specifically authorized by the City of Fayetteville, the amount of such insurance shall, not be less than the Contract Price totaled in the Bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke during the Contract Time, and until the Work is accepted by the City of Fayetteville. The policy shall name as the insured the Contractor, the Engineer, the City of Fayetteville and the Funding Agency. 21.4 The Contractor shall procure and maintain, at the Contractor's own expense, during the Contract Time, in accordance with the provisions of the laws of the state in which the work is performed, Workman's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the Project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to provide Workmen's Compensation Insurance, including occupational disease provisions for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the Project is not protected under Workmen's Compensation statute, the Contractor shall provide, and shall cause such Subcontractor to provide, adequate and suitable insurance for the protection of his employees not otherwise protected. 21.5 Certificates of Insurance acceptable to the City of Fayetteville shall be filed with the City of Fayetteville prior to commencement of the Work. These Certificates shall contain a provision that coverages afforded under the policies will not be cancelled unless at least fifteen (15) days prior Written Notice has been given to the City of Fayetteville. 21.6 The Contractor shall not commence Work under this Contract or allow any subcontractor or anyone directly or indirectly employed by anyone of them to 0700.doc 18 commence Work until the Contractor has obtained all insurance required under this Article 21, and duly executed certificates of such insurance shall have been filed with the Engineer and the City of Fayetteville. Such certificates of insurance shall note that City of Fayetteville, Engineer, and Funding Agency have been endorsed as an additional insured on Contractor's comprehensive general liability policy. 21.7 The limits of liability for the insurance required under this Article 21 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 21.7.1 Worker's Compensation A. State: Statutory B. Applicable Federal: Statutory C. Employer's Liability: $500,000 21.7.2 Comprehensive General Liability Insurance, includes Completed Operations: A. Bodily Injury Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 21.7.3 Contractual Liability Insurance: A. Bodily Injury Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 21.7.4 City of Fayetteville's and Contractor's Protective Liability Insurance: A. Bodily Injury Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate 0700.doc 19 21.7.5 Automobile Liability: A. Bodily Injury Liability: $1,000,000 Each Person $1,000,000 Annual Aggregate B. Property Damage Liability: $ 250,000 Each Occurrence 22. CONTRACT SECURITY 22.1 The Contractor shall within ten (10) days after the receipt of the Notice Of Award furnish the City of Fayetteville with a Performance and Payment Bond in penal sums equal to the amount of the Contract Price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Documents, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the Work provided by the Contract Documents. Such Bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the Work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these Bonds shall be borne by the Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to do business in the state in which the Work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice from the City of Fayetteville to do so, substitute an acceptable Bond (or Bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the City of Fayetteville. The premiums on such Bond shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new surety or sureties have furnished an acceptable Bond to the City of Fayetteville. 22.2 At the time of Final Acceptance of the Work by the City of Fayetteville, the Contractor shall furnish to the City of Fayetteville a Warranty Bond in the amount of fifty (50) percent of the amount of the final Contract Price. The Warranty Bond shall guarantee the Work in accordance with Article 29 of the General Conditions for the applicable warranty period of two (2) years from the date of Final Payment. It shall be on the form shown in Section 0640 - Warranty Bond. 0700.doc 20 23. ASSIGNMENTS 23.1 Neither the Contractor nor the City of Fayetteville shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or of his right, title or interest therein, or his obligations thereunder, without consent of the other party. 24. INDEMNIFICATION 24.1 The Contractor will indemnify and hold harmless the City of Fayetteville and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 24.2 In any and all claims against the City of Fayetteville or the Engineer, or any of their agents or employees, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workmen's compensation acts, disability benefit acts or other employee benefits acts. 24.3 The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, Drawings, opinions, reports, surveys, Change Orders, designs or Specifications, or the giving of or failure to give directions or instructions by the Engineer, or his agents, or employees, provided such giving or failure to give is the primary cause of injury or damage. 25. SEPARATE CONTRACTS 25.1 The City of Fayetteville reserves the right to let other contracts in connection with this Project. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall properly connect and coordinate his Work with theirs. If the proper execution or results of any part of the Contractor's Work depends upon the Work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such Work that render it unsuitable for such proper execution and results. 0700.doc 21 25.2 The City of Fayetteville may perform additional Work related to the Project, or the City of Fayetteville may let other contracts containing provisions similar to these. The Contractor will afford the other Contractors who are parties to such Contracts (or the City of Fayetteville, if the City of Fayetteville is performing the additional Work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly connect and coordinate his Work with theirs. 25.3 If the performance of additional Work by other Contractors or the City of Fayetteville is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional Work. If the Contractor believes that the performance of such additional Work by the City of Fayetteville or others involves him in additional expense or entitles him to an extension of the Contract Time, the Contractor may make a claim therefore as provided in Sections 14 and 15. 26. SUBCONTRACTING 26.1 The Contractor may utilize the services of specialty Subcontractors on those parts of the Work which, under normal contracting practices, are performed by specialty Subcontractors. 26.2 The Contractor shall perform a minimum of seventy (70%) of the Work. 26.3 The Contractor shall be fully responsible to the City of Fayetteville for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as the Contractor is for the acts and omissions of persons directly employed by the Contractor. 26.4 The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the Work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the City of Fayetteville may exercise over the Contractor under any provision of the Contract Documents. 26.5 Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the City of Fayetteville. 27. ENGINEERS AUTHORITY 27.1 The Engineer shall act as the City of Fayetteville's representative during the construction period. The Engineer shall decide questions which may arise as to quality and acceptability of materials furnished and Work performed. The Engineer shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. 0700.doc 22 27.2 The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship and execution of the Work. Inspections may be made at the factory or fabrication plant of the source of material supply. 27.3 The Engineer will not be responsible for the construction means, controls, techniques, sequences, or construction safety. 27.4 The Engineer shall promptly make decisions relative to interpretation of the Contract Documents. 27.5 The Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by Contractor, and the written decisions of Engineer on such matters will be final, binding on Engineer and Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). 28. LAND AND RIGHTS -OF -WAY 28.1 Prior to issuance of Notice -To -Proceed, the City of Fayetteville shall obtain all land and rights -of -way necessary for carrying out and for the completion of the Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed. 28.2 The City of Fayetteville shall provide to the Contractor information which delineates and describes the lands owned and rights -of -way acquired. 28.3 The Contractor shall provide at his own expense and without liability to the City of Fayetteville any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. 29. GUARANTY 29.1 If within two years after the date of Final Payment or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Document, any Work is found to be defective, Contractor shall promptly, without cost to City of Fayetteville and in accordance with City of Fayetteville's written instructions, either correct such defective Work, or if it has been rejected by City of Fayetteville, remove it from the site and replace it with non -defective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, City ofFayetteville may have the defective Work corrected or the rejected Work removed and replace, and all direct, indirect and consequential costs of such correction, removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys, surveyors, and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance 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 Agreement. 0700.doc 23 30. TAXES 30.1 The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the Work is performed. 31. EXCESS ENGINEERING COSTS 31.1 Excess engineering costs shall be applicable during the execution of the contract. 31.2 The City of Fayetteville shall charge the Contractor for all engineering and construction observation expenses incurred by City of Fayetteville in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day (40 hours Monday through Friday) and for any time worked on Saturday, Sunday, or holidays, the charges for such personnel will be as provided in the Schedule of Charges below. 31.3 These charges for excess engineering will be deducted from the Contractor's monthly payment request. 31.4 Base Rate Schedule of Charges to be as follows for all engineering and construction observation expenses incurred by the City of Fayetteville in connection with any overtime work. Overtime, Saturday, and Sunday work shall be calculated as 1.5 times the base hourly rate. Holiday work shall be calculated as 2.0 times the base hourly rate. Personnel Base Hourly Rate Project Engineer $ 110.00 Construction Manager 80.00 Resident Project Representative 60.00 31.5 The Contractor shall not work over a 10 -hour day without written permission from the City of Fayetteville. 31.6 The Engineer shall determine when observation of construction activities beyond the regular eight -hour day is required. 31.7 The City of Fayetteville shall charge the Contractor for all engineering and construction observation expenses incurred by City of Fayetteville in connection with any work that occurs after the original final completion date of the contract, unless the contract time has been extended by written change order. Expenses shall be at the rates identified in Paragraph 31.4. 0700.doc 24 32. DOCUMENTS TO BE KEPT ON THE JOB SITE 32.1 The Contractor shall keep one copy of the Contract Documents on the job site, in good order, available to the Engineer and to his representatives. 32.2 The Contractor shall maintain on a daily basis at the job site, and make available to the Engineer on request, one current record set of the Drawings which have been accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record Drawings. 32.3 Failure of the Contractor to submit accurate Record Drawings to the Engineer will be adequate justification for postponement of the Final Inspection and Final Payment. 33. PROSECUTION OF THE WORK 33.1 It is expressly understood and agreed that the time of beginning, rate ofprogress, and time of completion of the Work are the essence of this Contract. The Work shall be prosecuted at such time, and in or on such part or parts of the Project as may be required, to complete the Project as contemplated in the Contract Documents and the approved construction schedule. 33.2 Regular Work hours shall be from 7:00 a.m. to 6:00 p.m. Monday through Friday. No Work requiring the presence of the Engineer's representative will be performed outside of regular Work hours without prior written approval from the City of Fayetteville. 34. SANITARY FACILITIES 34.1 The Contractor shall furnish, install, and maintain ample sanitary facilities for the workers. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of the State and County. 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. 0700.doc 25 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 0700 0700.doc 26 SECTION 0800 USEPA REGION 6 SUPPLEMENTAL CONDITIONS 0800.doc (THIS PAGE INTENTIONALLY LEFT BLANK) 0800.doc 2 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION 6 Supplemental Conditions For . Federally Assisted Water, Storm Water and/or Wastewater Infrastructures under the Special Appropriations Act Project Grants Revised Oct. 2011 REPRODUCTION OF THIS GUIDANCE SHOULD BE ON COLORED PAPER, PREFERABLY PINK FORMS THAT NEED TO BE SUBMITTED WITH BIDS General Requirements • Certifications Regarding Contracts under Equal Opportunity Clause and Nonsegregated Facilities. Labor Standards and IDavis-Bacon • Certification by Contractor Statement of Compliance with Labor Standards Disadvantaged Business Enterprise • EPA Form 6100-2, DBE Subcontractor Participation Form • EPA Form 6100-3, DBE Subcontractor Performance Form • EPA Form 6100-4, DBE Subcontractor utilization Form • MBE/WBI/SBRA Utilization Information Sheet REFERENCES • Copeland Anti -Kickback, 29 CFR Part 3 http://www,dol.gov/compliance/laws/comp-co eland.hti l + Suspension and Debarment, Subpart C of 2 CFR 180 and 1532 http.//ecfr.gpoaccess.gov/ci/t/tcxt/text- idx?cecfr&tpIfecfrbrowse/Tit1e02/2cft 180 main 02.tpl http://edocket.access.gpo.gov/cfr_2009/jangtr/pdf/2cfr1532.332 .pdf • Disadvantaged Business Enterprise, 40 CFR Part 33 h:/fecft,oaccessgcw/cgi/tItextItext- I .0. 1 ,2.30&idno40 + Equal Employment Opportunity, 41 CFR Part 60 htt.p:/lecf'r ggpoaccess.gov/cgi/t/text/text- idx?c=ecfr&r rn=div5&view=text&node=41:1_2.3.1.1 &idno=4 I • Labor Standards, 29 CFR Parts 4 & 6 lrtti3:l/ecf'r.gpoaccess.gov/gilt/next/text-idx`?c=ecfi•&Cpl=/ecfrbrowse/Title29/29cf'r4 tnain.-02.tp1 http:f/ecfr.gpoaccess.gov/cgi/t/text/text- idx?c=ecfr&sid=99c9a20e9G0f56be66f1 7ae9 1 b52c888&rgndiv5&viewtext&node29: I . I I. I. 7&idno=29 • Nondiscrimination, 40 CFR Part 7 littp://www.e a. ,ov/ocr/does/40 0007. df" • OMB Circular A-133 http://www. whitehouse. ov/omb/assets/a 133 coin p1iance/a 7,pclf • Reissuance ofNPDES General Permits for Storm Water Discharges from Construction Sites in Region 6- Federal Register http://www.epa,gov/region6/6en/wfsw/swcon98.pdf • Uniform Administrative Requirements, 40 CPR Part 31 htt ://ecfr. )oaccess. ov/c Tit/text/text- i dx?c=ecfr&in-div5&view •text&node=40: I.O. I.2.29&idno-40 Model Contract Clauses ---Attached NPDES Bypass Policy --Attached Federal Cross -Cutters ----Attached XP -211 BIIIDER'S CERTIFICATIONS* Project Name Project Number XP- Contract For ear- r�i.,-�s�••�� .qty The following certifications must be completed by the bidder p for each contract.' A. EQUAL EMPLOYMENT OPPORTUNITY: ( Sfi have developed and have on file at my each establishment affirmative action programs pursuant to 41 CFR Part 60-2. ( 'have participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all reports due under the requirements contained in 41 CFR 60-1.7. ( •) I have not participated in previous contract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. ( t will obtain a similar certification from any proposed subcontractor(s), when appropriate, B. NONSEGREGATED FACILITIES (>� certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR 60-1.8. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. *This is a suggested formal. The grantee may substitute other equivalent ibrinal. CERTIFICATION BY CONTRACTOR STATI,.MENT OF COMPLIANCE WITH LABOR STANDARDS In accordance with Tiile 29, Subtitle A, Part 5, Section 5.6(a)(l ), each molt 1[y Engineering estimate must be accompanied by the followuilig ceitifieation executed by each prime contractor employing mechanics and laborers at the site on work. Estimate No....._..____lor period Contract No. Date Contract Awarded �~ Project No. ..__ ---..� ._. _._ I hereby certify that all of the contract requirements as specified under the applicable tabor standards as set forth in the Copeland "Anti -Kickback" Act and the Contract Work Hours and Safety Standards Act, have been complied with by r_ as principal conrractor and by each •_.� _..... (Name of C:oatlrmctor) subcontractor employing mechanics or laborers al the site of the work, or there is a substantial dispute with the respect to the required provisions, j 'l yl5 arne Title of Conir I understand that the falsification of any of the above certilfications may subject the eoc�trnctot• or subcontractor to civil or GtE'Itniiial prosecution under section l 00J of title 18 and section 231 of title 31 of (lie United States Code. NOTES: I. This ccrfillecition may bt planed oft tttf' Bstimatt: or tin at st:paaate sheet tits i:hed to the limsty. 2. t the rva ons bte SCa a Apsicy tihall, jVior f0 aippY(0Vift5 it v itCher, sat l iIY ilactl that copies of* thusc ccrtifit:alcs arc on $Yla with tilt Grtttllee. E l , XP -215 MBE/WBE/SBRA UTILIZATION INFORMATION SHEET* NOTE; The bidders/contractors shall complete the following Minority/Women=s/Small Business in Rural Area (MBE/WBE/SBRA) utilization information whenever they solicit subcontract construction work and/or services and purchase of equipment and supplies for the project in order to provide the fair share of the total dollar amount of the contract for MBE: Construction % Equipment: %, Supplies %, Services__ ._% WBE: Construction: %, Equipment: %, Supplies: %, Services: l . Do you maintain and -update qualified MBE, WBE, and SBRA on your solicitation lists for supplies, equipment, construction and/or service? Yes_ No X If yes, when did you update your MBE/WBE/SBRA solicitation lists? 2. Do you maintain a list of minority, women and rural small business -focused publications that may be utilized to solicit MBEs or WBEs or SBRAs? Yes_. No If yes, name the publications: 3. Do you use the services of outreach programs sponsored by the Minority Business Development Agency and/or the Small Business Administration to recruit bona ride MBE/WBE/SBRA firms for placement on your solicitation lists? Yes_ No X 4. Do you seek out Minority Business Development Centers to assist you in identifying Ml3Es/WBEs/SBRAs for potential work opportunities on your proposed bid for this project? Yes, No X 5. Do you analyze the bid package or contract documents to identify portions of work that can be divided and performed by qualified MBEs, WBEs and SBRAs including the bonding range? Yes h No Ifyes, please attach a brief description of portions of work you have identified for. subcontracting.r�+� .�.,�G, C C`TY /.s�S ' T�+c.� j � �cY �o.�-rr.✓� /Y�% 3 6. Do you develop realistic delivery schedules which may provide for greater MBE/WBE/SBRA participation? Yes 5C No_ 7, Do you send a letter of solicitation to MBE/WBE/SBRA for this project? YesNo X If yes, please attach a sample copy of each different solicitation letter and the name and address of each M1313/WBE/SBRA. 8. Do you advertise in general circulation, trade journals, State agency publications of identified MBEs/WBEs/SBRAs, minority or women or rural small business focused media, etc., concerning the subcontracting Opportunities on your proposed bid for this project? Yes— No lf yes, please list the name of publication and dates of advertisement and attach a copy of each advertisement from each publication. 9. Do you conduct pro -bid, pre -solicitation, and post award conferences, meetings and follow-ups with interested MBE, WBE and SBRA? Yes— No If yes, please list person who attended conference as representative of MBE/WISE/SBRA Name & Title of Person: Name of MB1/WISE/SBRA: Address: Phone: Date and Place of Conference: Name & Title of Person: Name of MBE/WBl-JSBRA: Address: Date and Place of Conference: Name & Title of Person: Name of MBE/WBE/S BRA:_ Phone: Address: Phone: Date and Place of Conference: 10. Total dollar amount of the contract: $ 2 11. Total dollar amount and percentage of MBI /WI3E/SBRA participation: MI3E: Construction: 0 %, Equipment: 0 %, Supplies: �_ %, Services:_e_ % {$ ) {$ ) ($ ) {$ ) WISE: Construction: 0 %, Equipment: 0 %, Supplies: Q %, Services: F. % {$ ) ($ ) ($ ) ($ ) SERA: Construction: %, Equipment: %, Supplies: _%, Services: {$ ) t$ ) ) {' ) 12, Name, address, phone number, contact person, type of construction subcontract, and dollar amount of subcontract. MBE Subcontractor: Address: Phone: Contact Person: Type of Work: Amount:$ MBE Subcontractor: Address: Phone: Contact Person: Type of Work: Amount:$ WBE Subcontractor: Address: Phone: Contact Person: Type of Work: Amount:$ WBE Subcontractor: Address: Phone: Contact Person: Type of Work: Amount:$ G'o-dx-�J .G.CC. SBRA Subcontractor: Address: Phone: Contact Person: Type of Work: Amount:$ SI3RA Subcontractor: Address: Phone: Contact Person: Type of Work: Amount: $ *Xl'-415 is a suggested format. The grantee may substitute other equivalent format. 3 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY Region 6 MOREL CONTRACT CLAUSE Recipients must ensure that, when appropriate, the following clauses or their equivalent are included in each contract, 1. SUPERSESSION The recipient and the contractor agree that this and other appropriate clauses in 40 CFR 31.36(i) apply to that work eligible for EPA assistance to be performed under this contract and that these clauses supersede any conflicting provisions of this contract. 2. PRIVITY OF CONTRACT This contract is expected to be funded in part with funds from the U.S. l=mvironmental Protection Agency. Neither the United States nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to the applicable EPA procurement regulations in effect on the date of the assistance award for this project. 3. CHANGES a. The foliowinR clause applies only to contracts far construction. 1. The recipient may at any time, without notice to any surety, by written order, make any change in the work within the general scope of the contract, including but not limited to changes: i. In the specifications (including drawings and designs); ii. In the time, method or manner of performance of the work; iii. In the recipient -furnished facilities, equipment, materials, services or site, or iv. Directing acceleration in the performance of the work. 2. A change order shall also be any other written order (including direction, instruction, interpretation or determination) from the recipient which causes any change, provided the contractor gives the recipient written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. 3. Except as provided in this clause, no order, statement or conduct of the recipient shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. 4. If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by any order, the recipient shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change under paragraph (a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph (a)(2). In the case of defective specifications for which the recipient is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. 5, If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor must, within 30 days after receipt of a written change order under paragraph (a)( 1) or the furnishing of a written notice under paragraph (a)(2), submit a written statement to the recipient setting forth the general nature and monetary extent of such claim. The recipient may extend the 30 -day period. The contractor may include the statement of claim in the notice under paragraph (2) of this changes clause. 6. No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. b. The followings clause applies only to contracts for services. 1. The recipient may at any time, by written order and without notice to the sureties, make changes within the general scope of this contract in the services or work to be performed. If such changes cause an increase or decrease in the contractor's cost or time required to perform any services under this contract, whether or not changed by any order, the recipient shall make an equitable adjustment and modify this contract in writing. The contractor must assert any claim for adjustment under this clause in writing within 30 days from the date it receives the recipient's notification of change, unless the recipient grants additional time before the date of final payment. 2. No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. 3. No services for which the contractor will charge an additional compensation shall be furnished without the written authorization of the recipient. c. The folio pvhuz clause applies only to contracts for supplies. 1. The recipient may at any time, by written order and without notice to the sureties, make changes within the general scope of this contract in any one or more of the following: i. Drawings, designs or specifications where the supplies to be furnished are specifically manufactured for the recipient; ii. Method of shipment or packing; and iii. Place of delivery. 2. If any changes cause an increase or decrease in the cost or time required to perform any part of the work under this contract, whether or not changed by such order, the recipient shall make an equitable adjustment in the contract price or delivery schedule, or both, and modify the contract in writing. The contractor must assert any claim for adjustment under this clause within 30 days from the date the contractor receives the recipient's notification of change. If the recipient decides that the facts justify such action, the recipient may receive and act upon any such claim asserted at any time before final payment under this contract. where the cost of property made obsolete or excess as a result of a change is included in the contractor's claim for adjustment, the recipient has the right to prescribe the manner of disposition of such property. Nothing in this clause shall excuse the contractor from proceeding with the contract as changed. 3. No claim by the contractor for an equitable adjustment shall be allowed if made after final 2 payment under this contract. 4. DIFFERING SITE CONDITIONS The followin£s clause applies only to construction contracts. a. The contractor shall promptly, and before such conditions are disturbed, notify the recipient in writing of: 1. Subsurface or latent physical conditions at the site differing materially from those indicated in this contract, or 2. Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in this contract. b. The recipient shall promptly investigate the conditions. If it finds that conditions materially differ and will cause an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed as a result of such conditions, the recipient shall make an equitable adjustment and modify the contract in writing. c. No claim of the contractor under this clause shall be allowed unless the contractor has given the notice required in paragraph (a) of this clause. However, the recipient may extend the time prescribed in paragraph (a) . d. No claim by the contractor for an equitable adjustment shall be allowed if asserted after final payment under this contract. 5. SUSPENSION OF WORK The foliowint> clause applies only to construction contracts. a. The recipient may order the contractor in writing to suspend, delay or interrupt all or any part of the work for such period of time as the recipient may determine to be appropriate for the convenience of the recipient. b. If the performance of all or any part of the work is suspended, delayed or interrupted for an unreasonable period of time by an act of the recipient in administration of this contract, or by the recipient's failure to act within the time specified in this contract (or if no time is specified, within a reasonable time), the recipient shall make an adjustment for any increase in the cost of performance of this contract (excluding profit) necessarily caused by such unreasonable suspension, delay or interruption and modify the subagreement in writing. However, no adjustment shall be made under this clause for any suspension, delay or interruption to the extent (I) that performance would have been so suspended, delayed or interrupted by any other cause, including the fault or negligence of the contractor, or (2) for which an equitable adjustment is provided for or excluded under any other provision of this contract. C. No claim under this clause shall be allowed (I) for any costs incurred more than 20 days before the contractor notified the recipient in writing of the act, or failure to act, involved (this requirement does not apply toa claim resulting from a suspension order), and (2) unless the amount claimed is asserted in writing as soon as practicable after the termination of such suspension, delay or interruption, but not later than the date of final payment under the contract. 6. TERMINATION The_, nllowigg clause applies only to contracts over $10,000. a. This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given (1) not less than ten (10) calendar days' written notice (delivered by certified mail, return receipt requested) of intent to terminate, and (2) an opportunity for consultation with the terminating party prior to termination. b. This contract may be terminated in whole or in part in writing by the recipient for its convenience, provided that the contractor is given (1) not less than ten (10) calendar dayswritten notice (delivered by certified snail, return receipt requested) of intent to terminate, and (2) an opportunity for consultation with the terminating party prior to termination. c. If termination for default is effected by the recipient, an equitable adjustment in the price provided for in.this contract shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the recipient because of the contractor's default. If termination for default is effected by the contractor, or if termination for convenience is effected by the recipient, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to the contractor for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments which had become firm prior to the termination. d. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise), and (2) deliver or otherwise make available to the recipient all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by the contractor in performing this contract, whether completed or in process. e. Upon termination under paragraphs (a) or (b) above, the recipient may take over the work and may award another party a contract to complete the work under this contract. f If, after termination for failure of the contractor to fulfill contractual obligations, it is determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the recipient. In such event, adjustment of the subagreement price shall be made as provided in paragraph (c) of this clause. 7. REMEDIES. This clause applies only to contracts over $25,000. Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters n W in question between the recipient and the contractor arising out of, or relating to, this contract or the breach of it will be decided, if the parties mutually agree, by arbitration, mediation, or other alternative dispute resolution mechanism; or in a court of competent jurisdiction within the State in which the recipient is located. 8. PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA NOTE - The following clause applies to (1) any contract negotiated between the recipient and its contractor in excess of $100,000; (2) negotiated contract amendments or change orders in excess of $100,000 affecting the price of a formally advertised, competitively awarded, fixed price contract, or (3) any lower tier contract or purchase order in excess of $100,000 under a contract other than a formally advertised, competitively awarded, fixed price contract. This clause does not apply to contracts awarded on the basis of effective price competition. a. The contractor and subcontractor, where appropriate, assure that the cost and pricing data submitted for evaluation with respect to negotiation of prices for negotiated contracts, lower tier contracts and change orders is based on current, accurate and complete data supported by their books and records. If the recipient or EPA determines that any price (including prod`) negotiated in connection with this contract, lower tier contract or amendment thereunder was increased by any significant sums because the data provided was incomplete, inaccurate or not current at the time of submission, then such price or cost or profit shall be reduced accordingly and the recipient shall modify the contract in writing to reflect such action. b. Failure to agree on a reduction shall be subject to the remedies clause of this contract. NOTE - Since the contract is subject to reduction under this clause by reason of defective cost or pricing data submitted in connection with lower tier contracts, the contractor may wish to include a clause in each lower tier contract requiring the lower tier contractor to appropriately indemnify the contractor. It is expected that any lower tier contractor subject to such indemnification will generally require substantially similar indemnification for defective cost and pricing data submitted by lower tier contractors. 9. AUDIT- ACCESS TO RECORDS a. The contractor shall maintain books, records, documents and other evidence directly pertinent to performance on EPA funded work under this contract in accordance with generally accepted accounting principles and practices consistently applied, and the applicable EPA regulations in effect on the date of execution of this contract. The contractor shall also maintain the financial information and data used in the preparation or support of any cost submission required under applicable regulations for negotiated contracts or change orders and a copy of the cost summary submitted to the recipient. The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labor, the recipient, and [the State] or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. The contractor will provide proper facilities for such access and inspection. b. If this is a fixed price contract awarded through sealed bidding or otherwise on the basis of effective price competition, the contractor agrees to make paragraphs (a) through (g) of this clause applicable to all negotiated change orders and contract amendments affecting the contract price. In the case of all other types of prime contracts, the contractor• agrees to make paragraphs (a) through (g) applicable to all contract awards in excess of $10,000, at any tier, and to make paragraphs (a) through (g) of this clause applicable to alt change orders directly related to project performance. c. Audits conducted under this provision shall be in accordance with generally accepted auditing standards and with established procedures and guidelines of the reviewing or audit agency(ies). d. The contractor agrees to disclose all information and reports resulting from access to records under paragraphs (a) and (b) of this clause to any of the agencies referred to in paragraph (a). e. Records under paragraphs (a) and (b) above shall be maintained by the contractor during performance on EPA assisted work under this contract and for the time periods specified in 40 CFR part 31. In addition, those records which relate to any controversy arising under an EPA assistance agreement, litigation, the settlement of claims arising out of such performance or to costs or items to which an audit exception has been taken shall be maintained by the contractor for the time periods specified in 40 CFR part 31. f. Access to records is not limited to the required retention periods. The authorized representatives designated in paragraph (a) of this clause shall have access to records at any reasonable time for as long as the records are maintained. g This right of access clause applies to financial records pertaining to all contracts (except for fixed price contracts awarded through sealed bidding or otherwise on the basis of effective price competition) and all contract change orders regardless of the type of contract, and all contract amendments regardless of the type of contract. In addition this right of access applies to all records pertaining to all contracts, contract change orders and contract amendments: 1. To the extent the records pertain directly to contract performance; 2. If there is any indication that fraud, gross abuse or corrupt practices may be involved; or 3. If the subagreement is terminated for default or for convenience. 10. COVENANT AGAINST CONTINGENT FEES The contractor assures that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee excepting bona fide employees or bona fide established commercial or selling agencies maintained by the contractor for the purpose of securing business. For breach or violation of this assurance, the recipient shall have the right to annul this agreement without liability or, at its discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. 11. GRATUITIES a. If the recipient finds after a notice and hearing that the contractor or any of the contractor's agents or representatives offered or gave gratuities (in the form of entertainment, gifts or 6 otherwise) to any official, employee or agent of the recipient, the State or EPA in an attempt to secure a contract or favorable treatment in awarding, amending or making any determinations related to the performance of this contract, the recipient may, by written notice to the contractor, terminate this contract. The recipient may also pursue other rights and remedies that the law or this contract provides. b. In the event this contract is terminated as provided in paragraph (a), the recipient may pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and as a penalty, in addition to any other damages to which it may be entitled by law, be entitled to exemplary damages in an amount (as determined by the recipient) which shall be not less than three nor more than ten times the costs the contractor incurs in providing any such gratuities to any such officer or employee. 12. BUY AMERICAN This clause applies only to construction contracts award under 40 CFR Part 35, Sub tarts E and L In accordance with Section 215 of the Clean Water Act (33 U.S.C. 1251 et. seq.) and 40 CFR 31.36(c)(5), the contractor agrees that preference will be given to domestic construction material by the contractor, subcontractors, materialmen and supplies in the performance of this contract. 13. RESPONSIBILITY OF THE CONTRACTOR a. The foiowin y clause applies oral' to suha reenaents for services. 1. The contractor is responsible for the professional quality, technical accuracy, timely completion and coordination of all designs, drawings, specifications, reports and other services furnished by the contractor under this contract. If the contract involves environmental measurements or data generation, the contractor shall comply with EPA quality assurance requirements in 40 CPR 31,45. The contractor shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in his designs, drawings, specifications, reports and other services. 2. The contractor shall perform the professional services necessary to accomplish the work specified in this contract in accordance with this contract and applicable EPA requirements in effect on the date of execution of the assistance agreement for this project. 3. The owner's or EPA's approval of drawings, designs, specifications, reports and incidental work or materials furnished shall not in any way relieve the contractor of responsibility for the technical adequacy of his work. Neither the owner's nor EPA's review, approval, acceptance or payment for any of the services shall be construed as a waiver of any rights under this agreement or of any cause for action arising out of the performance of this contract. 4. The contractor shall be, and shall remain, liable in accordance with applicable law for all damages to the owner or EPA caused by the contractor's negligent performance of any of the services furnished under this contract, except for errors, omissions or other deficiencies to the extent attributable to the owner, owner -furnished data or any third party. The contractor shall not 7 be responsible for any time delays in the project caused by circumstances beyond the contractor's control. S. The contractor's obligations under this clause are in addition to the contractor's other express or implied assurances under this contract or State law and in no way diminish any other rights that the owner may have against the contractor for faulty materials, equipment or work. b. The f0110w1112 clause applies on( ' to contracts for construction. 1. The contractor agrees to perform all work under this contract in accordance with this agreement's designs, drawings and specifications. 2. The contractor guarantees for a period of at least one (1) year from the date ol'substantial completion of the work that the completed work is free from all defects due to faulty materials, equipment or workmanship and that he shall promptly make whatever adjustments or corrections which may be necessary to cure any defects, including repairs of any damage to other parts of the system resulting from such defects. The owner shall promptly give notice to the contractor of observed defects. In the event that the contractor fails to make adjustments, repairs, corrections or other work made necessary by such defects, the owner may do so and charge the contractor the cost incurred. The performance bond shall remain in full force and effect through the guarantee period. 3. The contractor's obligations under this clause are in addition to the contractor's other express or implied assurances under this contract or State law and in no way diminish any other rights that the owner may have against the contractor for faulty materials, equipment or work. 14. FINAL PAYMENT Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the owner a release of all claims against the owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. 8 United States Environmental Protection Agency Region 6 Policy for Bypass During Construction it is a violation of an NPDBS permit to bypass any part of a collection system or treatment plant. Such violations are subject to the enforcement provisions of Section 309 of the Clean Water Act. Under extreme circumstances, bypassing can sometimes be employed for short periods, but only after thorough review and authorization by the regulatory agency. NPDES regulations and permits prohibit the diversion of wastes from any portion of the treatment facility unless: 1) Bypass is unavoidable to prevent loss of life, personal injury. or severe property damage; or 2) There are no feasible alternatives to bypass. such as the use of auxiliary treatment facilities. retention of untreated wastes, or maintenance during normal periods of equipment downtime. This condition is not satisfied if the Permittee Could have installed adequate backup equipment to prevent a bypass which occurred during normal periods of equipment downtime or preventive maintenance; and 3) The Permittee submits prior notice of an anticipated bypass. if possible, at least ten days before the date of the bypass. The regulatory agency may authorize an anticipated bypass after considering its adverse effects, if it determines that it will meet the above conditions: 1) The construction sequence must be such that wastes are provided a minimum of secondary treatment, or the equivalent for industrial treatment facilities during all phases of construction unless more stringent treatment levels are required by the state agency; or 2) The facility must maintain compliance with interim limitations set by the regulatory agency based on plant performance. 3) Disinfection is to be utilized if required to protect public health. CR(}SS-CUTTING F'EI)ERAL AUTHORITIES Environmental Authorities 11 Archeological and Historic Preservation Act of 1974, Pub. L 86-523, as amended r, Clean Air Act, Pub. L 84-159, as amended Coastal Barrier Resources Act, Pub. L 97-348 Coastal Zone Management Act, Pub. L 92-583, as amended Endangered Species Act, Pub. L 93-205, as amended Executive Order 11593, Protection and Enhancement of the Cultural Environment Floodplain Management, Executive Order 11988, as amended by Executive Order 12148 r' Protection of Wetlands, Executive Order 11990 $1 Farmland Protection Policy Act, Pub. L. 97-98 Fish and Wildlife Coordination Act, Pub. L. 85-624, as amended It National Historic Preservation Act, PL 89-665, as amended 'r Safe Drinking Water Act, Pub. L. 93-523, as amended Wild and Scenic Rivers Act, Pub. L. 90-542, as amended « Wilderness Act, Pub. L. 88-577, as amended Economic and Miscellaneous Authorities it Demonstration Cities and Metropolitan Development Act of 1966, Pub. L. 89-754, as amended, Executive Order 12372 Procurement Prohibitions under Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, including Executive Order 11738, Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans Unil'or►n Relocation and Real Property Acquisition Policies Act of 1970, Pub. U. 91-646 as amended I 3, Debarment and Suspension, 1Executive Order 12549 ,1 New Restriction on Lobbying, Section 319 of Pub. 1,. 101-121 Social Policy Authorities Age Discrimination Act of 1975, Pub. L. 94-135 Title V1 of the Civil Rights Act of 1964, Pub, L. 88-352 Section 504 of the Rehabilitation Act of 1973, Pub, L. 93-112 (including Executive orders 11914 and 11250) The Drug -Free Workplace Act of 1988, Pub. L. 100-690 Equal Employment Opportunity, Executive Order 11246 Women=s and Minority Business Enterprise, Executive Orders 11025, 12138 and 12432 Section 129 of the Small Business Administration Reauthorization and Amendment Act of 1988, Pub, L. 100.590 2 SECTION 0830 PREVAILING WAGE RATES 0830.doc (THIS PAGE INTENTIONALLY LEFT BLANK) 0830.doc 2 General Decision Number: AR100215 07/02/2010 AR215 Superseded General Decision Number: AR20080215 State: Arkansas Construction Type: Heavy Heavy Construction County: Washington County in Arkansas. Modification Number Publication Date 0 03/12/2010 1 07/02/2010 ENG10624-003 01/01/2009 Rates Fringes Operating Engineer: Roller (Dirt and Grade Compaction) .................$ 22.00 9.80 ----------------------------------------------------------------- * PAIN0424-007 07/01/2010 Rates Fringes PAINTER: Brush & Roller Only... .$ 16.14 5.94 -------------------------------------------------------------- * SUAR2008-169 11/21/2008 Rates Fringes CARPENTER ........................$ 12.94 0.00 CEMENT MASON/CONCRETE FINISHER...$ 11.00 0.68 ELECTRICIAN ......................$ 20.61 3.92 IRONWORKER, REINFORCING..........$ 17.38 0.00 LABORER: Common or General ......$ 9.94 0.00 LABORER: Mason Tender - Cement/Concrete ..................$ 11.67 0.00 LABORER: Pipelayer..............$ 9.78 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 16.00 0.00 OPERATOR: Bulldozer .............$ 14.33 1.75 OPERATOR: Crane .................$ 19.26 0.00 OPERATOR: Mechanic ..............$ 17.25 0.00 OPERATOR: Piledriver ............$ 17.21 0.00 OPERATOR: Scraper ...............$ 9.00 0.00 OPERATOR: Tractor ...............$ 11.13 0.00 OPERATOR: Trencher ..............$ 14.76 0.00 OPERATOR: Front End Loader .......$ 12.94 0.00 PAINTER: Spray Only .............$ 20.15 3.50 TRUCK DRIVER .....................$ 9.00 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in he matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 0830 0830.doc SECTION 0840 NOTICE OF AWARD Date Contractor Address Re: Project The City of Fayetteville has considered the bid submitted by Contractor for construction of the Project in response to its Advertisement for Bids and Instructions to Bidders. Contractor is hereby notified that their bid has been accepted and awarded in the amount of $Value. Contractor is required to deliver the required Performance and Payment bonds (filed with the Washington County Circuit Clerk), and certificates of insurance within 10 business days. A preconstruction conference will be scheduled in Room 111 of the Fayetteville City Hall, 113 West Mountain once a date and time has been agreed upon. Representatives of Contractor and the City of Fayetteville shall attend. I ask that Contractor bring a preliminary construction progress schedule and a preliminary schedule of values to the preconstruction conference. The intent is to issue the Notice to Proceed at the preconstruction conference. Work should commence with a start date within two weeks of issuance of the Notice to Proceed. Contractor is required to return an acknowledged copy of this Notice of Award to the City of Fayetteville. We look forward to working with you on this project. Please email me at shiones@ci.faetteville.ar.us or call 479-444-3452 if you have any questions. Sincerely, City of Fayetteville, Arkansas Shannon W. Jones, P.E. Utilities Engineer 0840.doc ACCEPTANCE OF NOTICE Receipt of the above Notice of Award for the Project is hereby acknowledged. By Contractor, this By Title day of 2011. END OF SECTION 0840 0840.doc 2 SECTION 0845 NOTICE TO PROCEED Date Contractor Address Re: Project This is the official Notice to Proceed for the Project, in accordance with your bid and the agreement between your firm and the City of Fayetteville. The Contract Time(s) will commence on Date. By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement between City of Fayetteville and Contractor, the date of Final Completion is Date. Before you may start any work at the Site, you must submit the following: • Preliminary construction progress schedule. • Preliminary schedule of submittals. • Preliminary schedule of values. We look forward to working with you on this project. Please email me at sh'ones ci.fa etteville.ar.us or call 479-444-3452 if you have any questions. Sincerely, City of Fayetteville, Arkansas Shannon Jones, P.E. Utilities Engineer 0845.doc 1 ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed for the Project is hereby acknowledged by Contractor, this day of By Title END OF SECTION 0845 2011. 0845.doc 2 SECTION 0900 DESCRIPTION OF UNIT PRICE SCHEDULE ITEMS PART 1-- GENERAL 1.01 SCOPE OF WORK A. The work shall consist of furnishing all plant, labor and material in performing all operations in connection with maintaining, repairing, and relocating the sanitary sewer system as listed in Section 0310 — Bid Proposal. B. All work shall be completed in strict accordance with the plans and specifications. C. Furnish or construct all items required for this project even if they are not listed on the Unit Price Schedule. 1.02 PAYMENT A. Cleanup along the route of sewer line work shown to be completed on the previous month's partial payment request shall be completed before payment will be made for any sewer line work shown to be completed on the current month's partial payment request. B. Final payment will not be made until all final product performance requirements have been completed in accordance with Section 6200 — Final Product Performance Requirements. PART 2- UNIT PRICES 2.01 GENERAL A. It is the intent of the Unit Price Bid Schedule that aggregate bid amounts as submitted shall cover all costs for labor, material, equipment, and any other items incidental to the unit price items, even if not specifically listed below. B. No costs in connection with work required by the Contract Documents for proper and successful completion of the Contract will be paid outside of or in addition to prices submitted. C. Each Bid item will be measured and paid for by the units constructed within the various classifications for which prices are stated in the Unit Price Bid Schedule. D. Quantities all based on estimates only. 0900.doc I 2.02 MOBILIZATION A. The Bid Amount for this item shall include the following: 1. All preparatory work and operations necessary for movement of personnel, equipment, supplies, and incidentals to the Project Site. 2. Establishment of temporary offices, storage buildings, sanitary facilities, and other facilities necessary to undertake the Project. 3. Work and operations which must be performed, or for expenses incurred, prior to beginning work on the Project. 4. Any preconstruction cost (not including bidding cost) not directly attributable to other pay items in this Section. B. Mobilization shall be measured and paid by Lump Sum. Payment shall be based on the percentage of total Contract price completed. The amount of Mobilization paid and when are shown below: First Estimate 25% of Mobilization 10% Total Contract Price Completed 50% of Mobilization 25% Total Contract Price Completed 100% of Mobilization Total Contract Price Completed shall be actual construction completed and does not include materials stored. C. In no case shall the amount bid for Mobilization exceed five (5) percent of the Total Contract Amount listed in Section 0310 BID PROPOSAL. 2.03 EROSION CONTROL A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to construct temporary and permanent erosion protection related to grubbing, grading, excavation, paving, and other work 2. Anything incidental to this bid item that is necessary to complete Erosion Control according to the Contract Documents. B. Erosion Control shall be measured and paid by Lump Sum. Payment made each Estimate shall be equal to the percentage of total Contract Price completed at the time of the Estimate. Total Contract Price completed shall be the actual construction complete and does not include materials stored. No additional payment will be made under this item due to any additions in the Contract Documents. 0900.doc 2 2.04 GRAVITY SEWER PIPE A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install the Gravity Sewer Pipe. 2. All grading, cutting, removal and proper disposal of all trees, shrubs, and underbrush, and the removal of any debris existing above natural ground surface and within the area necessary to permit the construction of the Work. 3. All excavation, rock excavation, blasting, necessary permits from governmental agencies, shoring, dewatering, removal of excess material, protection barricades, traffic control, warning lights, signage, bypass pumping or temporary bypass lines required for the trenching and backfill required to install the proposed pipe. 4. All necessary backfill material required to backfill the trench to its original or planned elevation. 5. All pipe, installation of pipe, cutting of pipe, connection of pipe to existing pipe or manhole, and removal and disposal of existing pipe if relaying an existing pipeline. 6. Repair of damaged storm drains or other utilities damaged during installation of the gravity sewer pipe shall be included in the bid price for gravity sewer pipe. 7. Anything incidental to this bid item that is necessary to complete the installation of the gravity pipeline according to the Contract Documents. B. Gravity Sewer Pipe shall be measured and paid by the linear foot according to the various sizes and types listed in Section 0310 - Bid Proposal. Measurement of the Gravity Sewer Pipe shall be made horizontally along the centerline of the trench as the pipe is laid, with measurement being continuous through manholes. C. Payment for Gravity Sewer Pipe shall be as follows: Installation of gravity sewer pipe and reconnection of services: 75% value Acceptance of installation after reviewing post rehabilitation video: 25% value 0900.doc 3 2.05 FORCE MAIN REROUTE A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install the force main reroute. 2. All excavation, rock excavation, blasting, necessary permits from governmental agencies, shoring, dewatering, removal of excess material, protection barricades, traffic control, warning lights, signage, bypass pumping or temporary bypass lines required for the trenching and backfill required to install the proposed pipe. 4. All necessary backfill material required to backfill the trench to its original or planned elevation. 5. All pipe, fittings, retainer glands, installation of pipe, cutting of pipe, connection of pipe to existing pipe or manhole, and removal and disposal of existing pipe if relaying an existing pipeline. 6. Repair of damaged storm drains or other utilities damaged during installation of the gravity sewer pipe shall be included in the bid price for force main reroute. 7. Anything incidental to this bid item that is necessary to complete the installation of the force main reroute according to the Contract Documents. B. Force Main Reroute shall be measured and paid by the lump sum. Payment made each Estimate shall be equal to the percentage of total Contract Price completed at the time of the Estimate. Total Contract Price completed shall be the actual construction complete and does not include materials stored. No additional payment will be made under this item due to any additions in the Contract Documents. 2.06 STEEL ENCASEMENT PIPE A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install the Steel Encasement Pipe according to the Grade and Elevations shown in the Contract Documents. 2. Size of Steel Encasement Pipe shall be as shown in Section 0310 Bid Proposal. 0900.doc 4 4. All encasement pipe, installation of encasement pipe, cutting of pipe, welding of pipe, casing spacers, double polywrap encasement, and sealing the ends of the encasement. Refer to Section 3400 — Utility Line Bores for installation of encasement pipe by open -cut method. 5. Anything incidental to this bid item that is necessary to complete the Steel Encasement Pipe installation according to the Contract Documents. B. Steel Encasement Pipe shall be measured and paid by the linear foot. Measurement of the Steel Encasement Pipe shall be made horizontally along the centerline of the installed encasement pipe. 2.07 SERVICE REINSTATEMENT A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to reinstate the existing service line into the new sewer main. 2. All locating existing service, excavation, shoring, dewatering, tap if required, service saddle, service line pipe, bedding, concrete under tap, fittings, backfilling, and cleanup. 3. Anything incidental to this bid item that is necessary to reinstate the existing sewer service to the new sewer main according to the Contract Documents. B. Reinstatement of the existing service into the new sewer main shall be measured and paid individually for each service line reinstatement made. Reinstatement shall include a maximum of ten feet of service line. Any service line replaced in excess of ten feet will be paid for as Service Lateral. Measurement shall be made horizontally from the sewer main along the centerline of the service line trench. 2.08 SERVICE LATERALS A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install the Service Lateral. 2. All excavation, rock excavation, blasting, necessary permits from governmental agencies, shoring, dewatering, removal of excess material, protection barricades, traffic control, warning lights, signage, bypass pumping or temporary bypass lines required for the trenching and backfill required to install the Service Lateral. 0900.doc - 5 3. All service line pipe, fittings, including cleanouts if required, installation of pipe, cutting of pipe, and connection of pipe to existing pipe or structure. 4. All necessary backfill material required to backfill the trench to its original or planned elevation. 5. Anything incidental to this bid item that is necessary to complete the Service Lateral according to the Contract Documents. B. Service Lateral shall be measured and paid by the linear foot. Measurement of the Service Lateral shall start a distance of ten (10) feet measured horizontally from the sewer main and will be made horizontally along the centerline of the trench as the pipe is laid. 2.09 STANDARD MANHOLE, 0'-6' DEPTH A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to build, and complete in place, a new manhole. 2. All excavation, shoring, dewatering, bypass pumping, manhole materials, forms if necessary, installation if required, manhole ring and cover, backfill, site restoration, and vacuum testing. 3. Diameter of Manholes to be constructed shall be as shown in Section 0310 Bid Proposal. 4 Any additional Pipe required to be installed for an existing sewer line entering the manhole that is not designated to be replaced, shall be included in this bid item. Any Trenching and Backfill required to install the additional Pipe shall also be included in this Bid Item. 5 Anything incidental to this bid item that is necessary to complete the Manhole according to the Contract Documents. B. Manholes shall be measured and paid individually for each manhole installed. Manholes 0' to 6' shall be paid as a unit. This item does not cover any addition footage over 6'. 6' measurement shall be made vertically from the lowest flowline. 2.10 STANDARD MANHOLE, EXTRA DEPTH A. The bid amount for this item shall include the following: 0900.doc 6 1. All labor, equipment, and materials necessary to build, and complete in place, the portion of the new manhole over 6' in height. 2. All excavation, shoring, dewatering, by pass pumping, manhole materials, forms if necessary, installation if required, steps, backfill and site restoration. 3 Diameter of Manholes to be constructed shall be as shown in Section 0310 Bid Proposal. 4 Anything incidental to this bid item that is necessary to complete the extra depth for the Manhole according to the Contract Documents. B. Extra depth for a Manhole shall be measured and paid by the vertical foot rounded up to the nearest tenth of a foot for that portion of manhole installed above 6'. Measurement shall be made vertically from the rim of the completed manhole to the lowest flowline and the portion from 0' to 6' subtracted. This item does not cover the section of the Manhole from 0' to 6' or the ring and cover. 2.11 MANHOLE, EXISTING, REMOVE A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to remove the existing manhole shown on the Drawings. 2. All excavation, shoring, dewatering, backfill, cleanup, and disposal of any material removed. 3. Ring and Cover removed shall be delivered to the City of Fayetteville's Maintenance Facility on Industrial Drive. 4. Anything incidental to this bid item that is necessary to remove the existing Manhole according to the Contract Documents. B. Removal of Existing Manholes shall be measured and paid individually for each manhole removed. 2.12 RECONSTRUCT INVERT IN EXISTING MANHOLE A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to reconstruct the existing invert for the manholes shown on the Drawings. 2. All Bypass pumping, plugs (flow through if necessary), concrete, and grout. 0900.doc 7 3. Anything incidental to this bid item that is necessary to reconstruct the invert in the existing Manhole according to the Contract Documents. B. Reconstruction of the Invert in the existing Manhole shall be measured and paid individually for each manhole invert reconstructed. Payment for this item shall be made only when no other work is being performed on the manholes. If reconstructing the Invert is included in other work performed on the manhole covered by these Contract Documents no payment shall be made separately under this contract item. 2.13 TIE INTO EXISTING MANHOLE A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to connect the proposed sewer mains to the existing manholes shown on the Drawings. 2. All Bypass pumping, plugs (flow through if necessary), concrete, and grout. 3. Anything incidental to this bid item that is necessary to connect the proposed sewer mains to the existing Manhole according to the Contract Documents. B. Connection of the proposed sewer main to the existing manhole shall be measured and paid individually for each sewer main connected. 2.14 ADDITIONAL TRENCH BEDDING A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install the additional trench bedding when overcutting of the trench is required due to unsuitable bedding material encountered. 2. All excavation, compaction, filter fabric (if required), disposal of unsuitable bedding material encountered, and cleanup. 3. Anything incidental to this bid item that is necessary to install the additional trench bedding according to the Contract Documents. B. Additional trench bedding shall be measured and paid by the cubic yard for each cubic yard of additional bedding installed. Final determination of unsuitable material and payment for Additional Trench Bedding shall be made by the Inspector. 0900.doc 8 2.15 ASPHALT PAVEMENT REPAIR A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to repair (remove and replace) the asphalt surface shown in accordance with the Contract Documents. 2. All saw cutting, excavation, barricades, signage, warning lights, Class 7 backfil, asphalt, concrete base if required, compaction of subbase and base material, removal of old material, tack coat, temporary repair materials, cleanup, and striping of roadway if required. 3. Type of asphalt surface to be repaired shall be as shown in Section 0310 Bid Proposal. 4. Anything incidental to this bid item that is necessary to complete the repair of the asphalt surface according to the Contract Documents. B. Asphalt pavement repair shall be measured and paid by the square yard for each square yard of asphalt repaired. Maximum dimensions used in determining quantities shall be as shown in the Contract Documents. Actual asphalt replacement may be greater due to safety requirements. Any additional asphalt repair over the maximum dimensions shall be at the Contractor's expense. No payment shall be made under this item for any asphalt repair over the maximum dimensions allowed unless specifically designated by the City of Fayetteville. 2.16 SITE RESTORATION A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install top soil, fertilizer, seed or sod, mulch cover, water, and final cleanup at all locations disturbed by the construction. 2. Type of ground cover to be installed shall be equal to the existing ground cover removed unless stated otherwise in the Contract Documents. 3. Contractor is responsible for replacing any shrubs, vegetation or trees up to 4" in diameter. 4. Anything incidental to this bid item that is necessary to complete the installation of the solid sod according to the Contract Documents. B. Site Restoration shall be measured and paid by the lump sum. Payment made each Estimate shall be equal to the percentage of total Contract Price completed at the time of the Estimate. Total Contract Price completed shall be the actual 0900.doc 9 construction complete and does not include materials stored. No additional payment will be made under this item due to any additions in the Contract Documents. 2.17 MITIGATION DAM A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install clay or concrete dams as shown on the Drawings. 2. Anything incidental to this bid item that is necessary to install clay or concrete dams according to the Contact Documents. B. Mitigation Dams shall be measured and paid for each dam installed as shown in Section 0310 - Bid Proposal. 2.18 STREAM BANK STABILIZATION A. The bid amount for this item shall include the following: 1. All labor, equipment, excavation, and materials necessary to stabilize the stream bank according to the Contract Documents. 2. All riprap, reinforcement, gravel, filter fabric, concrete grout, and forming material necessary to stabilize the stream bank. 3. Anything incidental to this bid item that is necessary to complete the Stream Bank Stabilization. B. Stream Bank Stabilization shall be measured and by the square yard for each square yard of Stream Bank Stabilized. 2.19 PIPE BURSTING A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to install the HDPE pipe by Pipe Bursting. 2. All labor, equipment, and materials necessary to clean and televise the existing sewer line prior to construction in accordance with the Contract Documents. 3. Site utilities, including water. 4. Bypass pumping. 0900.doc 10 5. Site restoration and cleanup. Cleanup shall include restoration of any shrubs or vegetation including sod damaged during the construction process. Contractor is responsible for replacing any shrubs, vegetation or trees up to 4" in diameter. 6. Barricade layout as approved by the City. 7. Coordination with project residences and businesses including any necessary temporary access easements. 8. Anything incidental to this bid item that is necessary to complete the installation of the HDPE pipe according to the Contract Documents. B. HDPE pipe by Pipe Bursting shall be measured and paid by the linear foot according to the various sizes and types listed in the Bid Proposal. Measurement of the HDPE pipe shall be made horizontally along the centerline of the existing pipeline, with measurement being continuous through manholes. C. Payment for Pipe Bursting shall be as follows: Installation of HDPE pipe and reconnection of services: 75% value Acceptance of installation after reviewing post rehabilitation video: 25% value 2.20 POINT REPAIR A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to replace up to a 20 foot section of existing sewer line with like size PVC or ductile iron pipe. 2. All excavation, rock excavation, blasting, necessary permits from governmental agencies, shoring, dewatering, protection barricades, traffic control, warning lights, signage, bypass pumping or temporary bypass lines required, all pipe, installation of pipe, cutting of pipe, connection of pipe to existing pipe or manhole, removal and disposal of existing pipe, service line pipe, and cleanup in accordance with the Contract Documents. 3. Cleanup shall include restoration paved surfaces including asphalt streets, concrete streets, asphalt alleys, asphalt drives, concrete drives, and concrete sidewalks, and any vegetation including sod damaged during the construction process. 4. Repair of damaged storm drains or other utilities damaged during point repair installation shall be included in the bid price for point repair — paved area. 0900.doc 11 5. Anything incidental to this bid item that is necessary to complete the installation of the point repair — paved area according to the Contract Documents. B. Point Repair shall be measured and paid individually for each point repair installed. 2.21 ACCEPTANCE INSPECTION BY CCTV A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to clean and televise the rehabilitated sewer line in accordance with the Contract Documents. 2. Cleaning as necessary to assure a clear and accurate representation of the sewer main segment. 3. Bypass pumping as necessary to remove the flow from the segment. 4. • Traffic Control as required. 5. Televising of line segment and compiling an accurate log of all service locations and any defects shown in the pipe segment. 6. Provide City of Fayetteville with copy of televised line segment and log. 7. Anything incidental to this bid item that is necessary to test the rehabilitated sewer line according to the Contract Documents. B. Measurement and payment shall be made by the linear foot at the price shown in the Bid Proposal. Measurement shall be made of the actual linear footage of sewer main segment as measured horizontally from center of manhole to center of manhole at ground level. 2.22 EPDXY COATING SYSTEM A. The bid amount for this item shall include the following: 1. All labor, equipment, materials, bypass pumping, and testing necessary to apply an epoxy liner system at an average thickness of 100 mils in accordance with Section 3300 — Manholes. 3. Anything incidental to this bid item that is necessary to apply the epoxy coating system to the Manhole according to the Contract Documents. B. Epoxy Coating System shall be measured and paid by the vertical foot rounded up to the nearest tenth of a foot. Payment shall include epoxy coating system. Measurement shall be made from the lowest flowline in the invert to the bottom of the manhole cast iron ring. 0900.doc 12 2.23 TRENCH & SAFETY SYSTEMS A. The bid amount for this item shall include the following: 1. All labor, equipment, and materials necessary to comply with all Safety Standards in the Contract Documents. 2. Anything incidental to this bid item that is necessary for the Safety of the Project according to the Contract Documents. B. Safety shall be measured and paid by Lump Sum. Payment made each Estimate shall be equal to the percentage of total Contract Price completed at the time of the Estimate. Total Contract Price completed shall be the actual construction complete and does not include materials stored. No additional payment will be made under this item due to any additions in the Contract Documents. 0900.doc 13 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 0900 0900.doc 14 SECTION 1000 GENERAL REQUIREMENTS AND PROCEDURES PART 1- GENERAL 1.01 WORK INCLUDED A. These Specifications for sanitary sewer design and construction are provided to outline the City of Fayetteville's procedures and minimum criteria for the design and construction of sanitary sewers within the City of Fayetteville, Farmington, Greenland, and all other areas which contribute flows to the City of Fayetteville sewage system. Throughout this document, the name City of Fayetteville shall apply for all entities in the City of Fayetteville Sewer Service area. B. The City Engineer's office is responsible for the issuance of construction permits for the installation of all sanitary sewer facilities constructed in the City of Fayetteville. Sanitary sewer facilities shall be designed and constructed in accordance with these Specifications. C. These Specifications set forth the minimum criteria for the design and all work in connection with the construction of sanitary sewers within the jurisdiction of the City of Fayetteville including the entire sewerage system and its appurtenances from the point of connection with the building plumbing to the discharge terminus of the treatment plants' outfalls. The City Municipal Code and all Ordinances of the City of Fayetteville shall be considered a part of these Standards; and all drawings, profiles, cut sheets, easement documents, and specifications shall conform to the standards and requirements herein established. Addenda and/or revisions to these Specifications may be issued periodically and will be distributed and made available to the public and contractors at the offices of the City Engineer. Users of this text are urged to review the latest revisions or editions to these Specifications to apprise themselves of any changes/revisions. D. Where the requirements of another jurisdictional authority having influence on work outside the purview of the, City of Fayetteville are greater than that provided by these Specifications, the work shall conform to the greater requirement of that respective jurisdictional authority. E. The City of Fayetteville shall be responsible for acquiring and recording all easements. F. All construction projects shall conform to these Specifications for acceptance by the City of Fayetteville. All construction drawings and specifications must be approved by the City of Fayetteville before construction begins. Full time construction observation services shall be provided by the Engineer of record. Final acceptance testing will be coordinated with the City. The City of 1000.doc 1 Fayetteville shall be given a minimum of forty-eight (48) hours notice prior to the commencement of construction for observation purposes. Notice shall be given no later than 10:00 a.m. the day prior to the activity requiring observation. G. These Specifications are provided with the intent of reducing project document assembly and agency review, and to provide for the highest quality construction methods and materials. H. The Specifications are a result of gathering information on the most current and applicable materials and test data available from sources such as ASTM, AWWA, AASHTO, etc. As new materials and techniques become available and acceptable, the Specifications may be revised and upgraded. I. These Specifications are written in imperative and abbreviated form. The imperative language is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall", "the Contractor shall", "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, all indicated requirements shall be performed whether stated imperatively or otherwise. J. Questions and comments concerning theses Specifications should be directed to the City Engineers Office, Administration Building, 125 W. Mountain St., Fayetteville, Arkansas, 72701 (479) 575-8206. 1.02 DEFINITIONS A. City — The City of Fayetteville. B. Engineer — The Engineer of record for the Owner or City C. Owner — Any Individual, partnership, firm, corporation or other entity who, as property owner, is initiating the work. D. Provide — Furnish and install, complete in place, operating, tested and approved. E. Products — The materials, systems, and equipment provided by the Contractor. 1000.doc 2 1.03 SUBMITTALS A. Initial submittal for review shall be in PDF format. B. Five hard copies, and one PDF copy of submittal documents must be sent to the Engineer. C. Construction procedures other than those outlined in this specification shall be submitted for approval of the City of Fayetteville. D. Complete specifications covering any unusual or special construction procedures shall be submitted for approval and approval must be received prior to beginning any construction operations. E. A minimum review time of two (2) weeks shall be required on all submittals. 1000.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 1000 1000.doc 4 SECTION 2000 TRENCH SAFETY PART 1- GENERAL 1.01 WORK INCLUDED A. The Contractor and the City of Fayetteville are responsible for the ensuring that safe working conditions exist and safety procedures are being followed at the work site. The Contractor is responsible to notify OSHA of the commencement of all sewer construction. B. If the Contractor is working for any public body (state agency, county, municipality, school district, or other local tax unit or improvement district), they shall be responsible for notifying the Arkansas Department of Labor Safety Division, (501) 682-9091 when sanitary sewer construction jobs are to begin. A copy of a letter or reporting form shall be sent to the City of Fayetteville Engineering Division. C. Regarding Trench Safety Systems, the Contractor shall design, install, and maintain a "Trench Safety System" in strict compliance with OSHA (Occupational Safety and Health Administration) Part 1926 of the Code of Federal Regulations and all other applicable federal, state, and local requirements. 2000.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 2000 2000.doc 2 SECTION 2100 EROSION AND SEDIMENT CONTROL PART 1- GENERAL 1.01 WORK INCLUDED A. The Contractor shall accomplish temporary and permanent erosion protection related to grubbing, grading, excavation, paving, and other work as directed by the Engineer and as shown on the approved drawings. An erosion control plan shall be submitted to the Engineer prior to the commencement of construction. B. The Contractor is responsible for implementing Best Management Practices (BMPs) during construction activities, (including, but not limited to, sediment and erosion control structures) and achievement of final stabilization upon completion of construction activities. _ _ C. The Contractor shall be responsible for implementing all applicable requirements of the ADEQ General Stormwater Permit for Construction Activity, the Spill Prevention Control and Countermeasures Plan (SPCCP), as required by US EPA, local Municipal Separate Storm Sewer requirements, and all other environmental regulatory requirements that are associated with the construction activities that they are contracted to perform. The Contractor is responsible for managing all materials, equipment, and activities at the work site in a manner that is in compliance with local, State, and Federal environmental regulations. PART 2— PRODUCTS Not used PART 3— EXECUTION 3.0 TEMPORARY EROSION CONTROL The Contractor shall construct temporary berms, dikes, dams, ditching or sediment basins, and maintain such control features until permanent erosion control features are placed all in accordance with the City or State "Erosion Control Standards". 2100.doc 3.01 SILT FENCES A. Silt Fences: In areas where silt fencing is required, Contractor shall use the following installation specifications: 1) Posts for silt fences shall be 2 -inch diameter pine, 2 -inch diameter oak, or 1.33-lb/linear ft. steel with a minimum length of 3 feet. 2) Contractor shall use silt fence geotextile fabric specifications, in accordance with Section 625 of the Arkansas 2003 Standard Specifications for Highway Construction: Type 3 or Type 4. Only those fabric types specified for use as silt fence by the manufacturer shall be used. 3) Filter fabric shall be stretched and securely fastened to the fence with wire fasteners, staples, or preformed clips. 4) Fabric shall be attached to "upgradient" side of posts to prevent stormwater flow from tearing fabric from posts. 5) All silt fences shall be installed at level grade following contours. Both ends of each fence section shall be extended at least 8 feet upslope at 45 degrees to the main fence alignment to allow for pooling of water and prevent stormwater runoff from flowing around end of silt fence. 6) Ends of a silt fence shall be tied into the landscape to prevent flow around the end of the fence before the pool reaches design level. Contractor shall provide stabilized outlets to protect the fence system and release storm flows that exceed the design storm. At fabric ends, both ends shall be overlapped a minimum of 6 inches, folded, and secured to the fence. The fabric toe should be placed in the bottom of the trench, backfilled, and compacted. 7) Contractor shall be responsible for maintenance of silt fences. Silt accumulations shall be removed before they reach 1/3 of the silt fence height. Silt fences shall be replaced, as necessary, should they fail to achieve adequate sedimentation control. 8) Contractor shall ensure that the depth of impounded water does not exceed 1.5 feet at any point along the silt fence. 9) The design life of a synthetic silt fence should be approximately 6 months. 2100.doc 2 10) The slope length is the distance from the fence to the drainage divide or the nearest upslope channel. The maximum slope length above silt fence shall not exceed the following dimensions: Maximum Slope Len th ft Above Fence Slope — Percent 18 -Inch High Fence 30 -Inch High Fence 2 or Less) 150 500 5 100 250 10 50 150 15 35 100 20 25 70 25 20 55 30 15 45 35 15 40 40 15 35 45 10 30 50 10 25 11) "Super" silt fence with chain -link fencing or 2 -inch by 4 -inch wire backing shall be used to control runoff from small disturbed areas where the maximum slope lengths for standard 18 -inch or 30 -inch silt fence cannot be met and sufficient room for construction of sediment traps or basins does not exist. 12) "Super" silt fence shall not be used in areas where rock or rocky soils prevent the full and uniform anchoring of the fence or proper installation of the fence posts. It shall be used only where access exists or can be made for the construction equipment required to install and remove the fencing. 13) Wire reinforcement for "super" silt fence shall be a minimum 14 gauge and a maximum mesh spacing of 4 inches. 14) The maximum slope length above any "super" silt fence should not exceed the following dimensions: Slope Percent Maximum Slope Length (ft) 2 or less 1,000 5 500 10 300 20 200 30 100 40 75 50 50 15) Poles for "super" silt fence shall be 2.5 -inch diameter galvanized or aluminum posts, or 4 feet long steel "T -posts", set at 6 -feet maximum spacing. Poles 2100.doc 3 shall be driven a minimum 18 inches below the ground surface and extend a minimum of 30 inches above the ground surface. 16) The "super" silt fence shall be entrenched into an 8 -inch deep trench and the disturbance on the downslope side shall be minimized. The bottom of the trench should be at level grade. Maximum deviation from level grade should be 5 percent, and not extend for more than 50 feet, where practicable. 17) "Super" silt fence shall be installed at level grade. Both ends of each fence section shall be extended at least 8 feet upslope at 45 degrees to the main fence alignment to allow for pooling of water. 18) Silt fence shall be installed so as to serve a 10 -year peak storm event. A 10 - year, 24 -hour peak storm event equates to approximately 5 inches of rainfall, resulting in 2.3 inches to 4.9 inches of runoff. 19) Silt accumulations shall be removed before they reach 1/3 of the silt fence height. 3.02 STRAW BALE CHECK DAMS A. According to the EPA BMP Manual, the use of hay bales in concentrated flow areas is not recommended as a best management practice. B. Contractor shall use straw bale check dams only where the following conditions apply: 1) Where contributing area is approximately 1/2 acre, or less. 2) Where there is not concentration of water in a channel above the barrier. 3) Where length of slope above the barrier is less than 100 feet. 4) Where straw bales are used in conjunction with silt fence. C. Straw bales shall not be used on high silt producing areas, above high -risk areas, where water concentrates, or where there would be a possibility of a washout. D. Straw bales shall not be used in excess of a three-month time period. If construction continues beyond this time period, the existing straw bales shall be replaced with new bales. 2100.doc 4 E. Contractor shall install straw bales to the following specifications: 1) Anchors shall be No. 5 reinforcing bars, 2 inch x 2 inch oak stakes, or steel pickets. 2) A trench shall be excavated along the areas where straw bales will be used to a depth of 4 inches and to the width of one straw bale. The straw bales then shall be placed in the trench with excavated material placed on upgradient side of the check dam and compacted. 3) Straw bales shall be anchored with a minimum of 2 stakes or rebars per bale, driven into the underlying soil, making sure that the binding wire or twine is facing the sides and not touching the soil. The first stake into each bale shall be driven toward the previously laid bale to force them together. 4) Spacing between the bales shall be tightly chinked with loose straw and overlapped with an additional straw bale. 5) Ends of a check dam shall be angled outward and upgradient to prevent flow around the end of the check dam before the pool reaches design level. 6) After straw bales are in place the excavated soil shall be backfilled against the upslope side of the straw bales to a height of 4 inches after compacting. 7) Straw bales shall be routinely inspected to determine if any repairs or replacements to the straw bales are needed. If it is determined that the straw bales need to be repaired or replaced, the work will occur immediately. Silt accumulations shall be removed before they reach 1/3 the barrier height. 3.03 WATTLES A. Wattles are a sediment and stormwater velocity control device. They are tubes of straw, rice straw, or coconut husk encased in ultraviolet (UV) degradable plastic netting or 100% biodegradable burlap material. Wattles help stabilize slopes by breaking up the length, and by slowing and spreading overland water flow. B. Wattles may be suitable along the toe, top, face, and at grade breaks of exposed and erodible slopes to shorten slope length and spread runoff as sheet flow; at the end of a downward slope where it transitions to a steeper slope; along sidewalks and curbs to prevent sediment from washing into gutters; around storm drains and drop inlets; down -slope of exposed soil areas; and around temporary material spoil and stockpiles, such as topsoil and for streambank (sensitive area) protection. 2100.doc 5 C. Contractor shall install wattles to the following specifications: 1) Installation of wattles begins by constructing a shallow trench, 2 to 4 inches deep, and shaped to accept the wattle, along the contour of the slope. All debris (rocks and clods) that would prevent close contact between the wattle and soil should be removed. The wattle is placed in the trench, and excavated material from the trench is packed tightly along the base of the wattle, on the uphill side. The wattle should be secured with 1 -inch by 1 -inch wooden stakes. The stakes should be placed at a 4 -foot spacing and driven in perpendicular to the slope through the center of the wattle leaving less than 2 inches of stake exposed above the wattle. The terminating ends of each wattle installation should be turned uphill a minimum of 6 inches to prevent runoff from flowing around the ends of the wattle. 2) Flat ground application. Install along sidewalks and behind curbs, fitting tightly against the concrete before backfilling, then backfill the wattle to create a trench. 3) Storm drain inlet protection. Wattles placed along the back of curb should be offset, as required to go around structures such as curb intakes that project behind the back of curb. At these locations, the wattle should be placed behind the structure (not over it) and shaped to direct water around either side of the structure to prevent ponding. At area intake locations, a shallow trench should be constructed Ito 2 feet away from the edge of the intake. The wattle should be placed in the trench and firmly staked in place. 4) Slope application. Wattles should be installed on the contour from the bottom of the slope upward. 5) Materials. Wattles can be made from straw, rice straw, coconut husk, or other approved material. The netting consists of biodegradable burlap or ultraviolet (UV) degradable plastic netting. Straw should be Certified Weed Free Forage, by a manufacturer whose principle business is wattle manufacturing. Coir (coconut fiber) can be in bristle and mattress form, and should be obtained from freshwater cured coconut husk. (5) Application. Wattles are available in a variety of diameters ranging from 9 inches to 20 inches. The most common sizes are 9 and 12 -inch wattles. The allowable spacing for these diameters shall be, as follows: Slope Spacing Intervals (ft) 9" Diameter 12" Diameter <4:1 20 40 2:1 to 4:1 15 30 21 or reater 10 20 2100.doc 6 7) For soft, loamy soils, the spacing interval should be decreased. For hard, rocky soils, the spacing interval may be increased. 8) For highly erosive soils, and for slopes 2:1 or greater, an additional row of wooden stakes should be provided on the downhill side of the wattle. 9) Maintenance. Repair or replace split, torn, unraveling or slumping wattles. If the wattle is used as a sediment capture device, or as an erosion control device to maintain sheet flows, sediment that accumulates in the wattle must be periodically removed when accumulation reaches one-half the designated sediment storage depth, usually one-half the distance between the top of the fiber roll and the adjacent ground in order to maintain effectiveness. If wattles are used for reduction of slope length, sediment removal should not be required as long as the system continues to control the grade. Additional sediment control practices are required to be used in conjunction with this type of application. 3.04 PIT/TRENCH DEWATERING A. Water removed from open pits and/or trenches shall have silt removed prior to leaving the immediate site of construction. Silt shall be removed by natural vegetation, a straw bale trench dewatering inlet device, settling pond, filter bag, a rock/geotextile fabric sediment trap/basin, or other appropriate sediment control measure. Water filtered through a basin shall not violate any water quality standard and shall have efficient sediment/silt removal prior to discharging to a waterbody. B. Contractor shall be responsible for providing adequate number of pumps for prompt and efficient dewatering. Ends of discharge hoses shall be provided with flow dispersion and filtration devices to prevent scouring of surface soils, discharge of turbid water, and/or washout of stream banks. Discharges from dewatering activities shall not be conveyed into or upon any roadside ditch, curb and gutter, street or publicly used thoroughfare. C. The direct discharge of silty/muddy water to a stream is strictly prohibited. D. The direct discharge of silty/muddy water off of the project site is strictly prohibited. E. The direct discharge across areas of equipment access points and/or construction haul roads is strictly prohibited. F. Contractor is solely responsible for adequate maintenance of dewatering filtration and sedimentation structures to assure they are working in an efficient manner. 2100.doc 7 3.05 OTHER CONTROLS A. A dedicated concrete truck wash out area shall be maintained to include adequate containment to prevent runoff of concrete truck wash water. Concrete truck drivers shall be notified to use wash out area. B. Contractor shall follow the appropriate waste storage and disposal practices, as per applicable environmental regulatory requirements. Solid waste dumpsters/roll-offs, or other appropriate waste receptacles will be maintained and used at the site. Good housekeeping practices will preclude trash, construction wastes, and debris to be dumped or scattered on the construction site. There shall be no open burning of any waste material. No solid materials, including building materials, shall be discharged to waters of the State. C. No liquid waste chemicals, fuels, and/or oils are to be leaked or spilled on ground surfaces. Bulk storage of liquid chemical wastes will be provided with secondary containment with a capacity sufficient to contain the volume of the largest container within the secondary containment. All waste materials shall be stored in a manner to prevent releases and should be disposed of by a qualified waste disposal firm at an acceptable waste disposal facility. Records of the disposal of all solid, hazardous, non -hazardous, and liquid wastes are to be maintained by the Contractor. Contractor shall notify the Engineer of any spills or leaks that occur in spite of the preventive measures taken. Contractor will prepare a report of any spills or leaks in accordance with the reporting and recordkeeping measures described in the BMPs. No contaminants from fuel storage areas, hazardous waste storage and truck wash areas shall be discharged to waters of the State. These areas should not be located near a water body, if there is a water body on or near the project. D. Contractor shall maintain compliance with applicable State and/or local sanitary . sewer, septic system, and waste disposal regulations. E. Used and/or waste oil generated from equipment maintenance is exempt from the hazardous waste rules, as long as it is transported offsite to be recycled/reused. Contractor shall be responsible for disposal of waste oils, fuels, and fluids at a recycling/reuse facility and shall provide written documentation of the final waste disposal method and facility location, including EPA identification number of transporter and disposal facility to the Engineer. F. Off -site vehicle tracking of sediments and the generation of dust must be minimized. Measures such as stone at construction access points, parking areas, and unpaved roads that carry significant amounts of traffic (e.g. more than 25 vehicles per day), providing entrance wash racks or stations for trucks, and/or street sweeping shall be implemented where appropriate. Application of water to construction haul roads should be done, as appropriate, to control dust generation. Application of excessive levels of water that create mud should be avoided. 2100.doc 3.06 PERMANENT EROSION CONTROL A. The Contractor shall incorporate permanent erosion control features into the project at the earliest practicable time as the construction progresses all in accordance with the City or State "Erosion Control Standards", and the following as necessary: I. EROSION CONTROL FABRIC a. The fabrics shall act to block the force of rain and act as a mulch. b. The mat shall be clean and weed free using biodegradable materials that will not leave a residue. c. The application of the specific seed, lime, and fertilizer shall be applied immediately before laying the fabric. d. The fabric shall be laid according to the manufacturer's recommendations and as approved by the City. 2. RIPRAP a. Riprap shall be placed where indicated on the approved plans and in accordance with the State of Arkansas Highway Standards. b. The type of riprap required shall be indicated on the approved plans and as directed and approved by the City. 3. SEED/SOD a. Seed mixtures and mulched seeding shall be placed as early as practicable to keep the area of bare soil exposed at any one time by construction operations to a minimum. - b. Sod shall be placed as shown on the approved Drawings and as directed by the City. c. Seed and sod shall be placed according to Section 6100. 4. GAB IONS (STONE FILLED) a. Gabion materials shall be non -corrosive, high strength polyethylene, or galvanized steel. b. Stone fill material shall be placed in the gabion by hand. The stone shall be hard durable rock not less than three (3) inches. 2100.doc 9 C. The gabion shall be constructed, installed, and filled as recommended by the manufacturer and as directed by the City. 3.07 APPROVED ALTERNATIVES A. The Contractor may use alternate permanent erosion control protection methods only with written authorization from the City. END OF SECTION 2100 2100.doo 10 SECTION 2200 SITE PREPARATION PARTI- GENERAL 1.01 WORK INCLUDED A. Excavation, grading, cutting and removal of trees, shrubs and underbrush, and the removal of any debris existing above natural ground surface and within the cleared area necessary to permit the construction of the improvements. 1.02 RELATED WORK A. Section 3100 - Sanitary Sewer Pipelines B. Section 3200 - Sanitary Sewer Service Lines C. Section 3300 - Manholes D. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes and Service Lines 1.03 PROTECTION A. In all cases the Contractor is responsible for protecting public and private property: and, protecting any person or persons who might be injured as a result of the Contractor's work. B. All utilities shown on the plans may not represent the exact location: however, the Contractor is responsible' for verifying these locations and contacting the Arkansas One Call System before excavating. PART 2 - MATERIALS Not used PART 3- EXECUTION 3.01 GENERAL A. The Contractor will be required to submit a plan to build access roads/trails for approval by the Engineer. 2200.doc 1 B. It shall be the responsibility of each bidder to examine the site carefully and make his own calculations as to costs to be incurred by reason of the requirements of this section. C. Trees, shrubs, underbrush and debris removed from the improvement right of way shall be disposed of by the Contractor in a manner approved by the City. 3.02 SITE PREPARATION A. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. B. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the City of Fayetteville. C. Contractor shall be aware of certain requirements by individual property owners as stipulated in easement documents pertaining to the project. D. Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a satisfactory manner off the work site. E. Protect, move, or brace public and private utilities as required by the affected utility. F. Maintain mailboxes in the manner that the Postal Service requires to prevent interruption of mail delivery. G. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the Owner and the Owner's Representative must be obtained before the existing landscaping is removed. 1. Trees All trees shall be saved unless removal is approved by the City and the Inspector. Trim trees in accordance with the City's instructions. 2200.doc 2 2. Shrubbery Shrubbery shall be saved unless removal is approved by the City and the Owner's Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3. Small Plants and Flowers a. At least two weeks prior to the start of construction, notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. 4. Protection of Existing Facilities a. The Contractor shall notify all property owners in the immediate vicinity of the construction area that may be affected by the construction activities a minimum of 24 -hours before starting work in that area. The notification shall include a description of the work, work hours, and a 24 -hour contact name and number for the contractor. b. Fences interfering with construction, and located within public rights -of -way or as may be allowed for in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. c. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. d. Driveways and driveway approaches removed or damaged during construction shall be restored to the original condition or better condition prior to construction. e. Make every reasonable effort to protect private sewer facilities. Private sewer facilities may not be shown on the Plans. f Preserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the Contractor's expense 2200.doc and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal land corners, they shall be referenced and filed with the appropriate authority. g. Where existing utilities and service lines are encountered, notify the owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. h. Excavate, install pipeline and backfill in the vicinity of such utilities in the manner required by the respective owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. Protect, move, or brace public and private utilities as required by the affected utility. j. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. END OF SECTION 2200 2200.doc 4 SECTION 2300 EXCAVATION, BACKFILLING, AND COMPACTING PARTI- GENERAL 1.01 WORK INCLUDED A. Excavation, backfilling, and compaction for sanitary sewer pipelines, service lines, manholes and incidental construction. 1.02 RELATED WORK A. Section 3100 - Sanitary Sewer Pipelines B. Section 3200 - Sanitary Sewer Service Lines C. Section 3300 - Manholes D. Section 6000 - Pavement Repair E. Section 6100 - Lawns & Grasses 1.03 QUALITY ASSURANCE A. 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 5,000 cubic yards of imported material. ASTM testing methods for moisture/density relationships may not be used for embankment and subgrade materials. B. Determine the field density of backfill in accordance with AASHTO Designation T-147. C. A 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. 1.04 REFERENCES Not Used. 2300.doc 1 1.05 PROTECTION A. The Work included in this Project may require excavation and related activities in close proximity to existing buried and aerial utility lines and facilities, such as water lines, sewer lines, storm drains, natural gas lines, electrical power lines, telephone cables, and TV cables. Where their presence is known, the approximate location of such utilities is shown on the Drawings, but all such utilities and individual service lines are not shown. The Contractor shall be aware of the potential for such utility lines to conflict with intended construction efforts, and the Contractor shall use appropriate precautionary measures to locate and protect such utility lines and services so as to avoid damage and interruptions to service. B. The Contractor shall contact the owners of the various existing utilities lines and services as may be affected by the construction and solicit their assistance in identifying, locating, marking, and protecting these facilities prior to the beginning of any excavation or other work which might endanger the existing utilities. If such utilities are damaged or impaired because of the Contractor's actions or omissions, the Contractor shall be responsible for the cost of repairs or replacements of the affected or damaged utility or service line. C. The Contractor shall comply with the Arkansas One -Call System and shall alert potentially conflicting utility systems accordingly. D. In all cases, the Contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. 1.06 DUST CONTROL The Contractor shall be responsible for maintaining the site and adjoining paved surfaces in a dust free condition. Fugitive dust control is the sole responsibility of the Contractor. 1.07 SEDIMENT CONTROL The Contractor shall be responsible for all sediment control in accordance with Section 2100 — Erosion and Sediment Conrol. PART 2- PRODUCTS 2.01 EMBEDMENT MATERIALS - GENERAL A. Embedment materials are restricted to materials as described below. 2300.doc 2 B. Gravel material for select backfill across streets, roads, driveways, and for placement of "gravel" surfaced areas, shall be Class 7 material conforming to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. 2.02 CLASS I EMBEDMENT MATERIAL Class I embedment material shall be in accordance with ASTM D 2487, latest edition and shall conform to class IA embedment materials in accordance with ASTM D 2321, latest edition. Material shall meet the grading requirements of ASTM C 33, gradation 67, commonly referred to as ASTM #67 or 3/4" concrete aggregate. Maximum aggregate size shall be 3/4 inch. This includes materials such as crushed stone or rock. 2.03 SELECT NATIVE BACKFILL MATERIAL Select native material shall be good earth, sand, or gravel that is free from large rocks or hard lumpy materials. Never use materials of perishable, frozen, spongy or otherwise unsuitable nature as select material. 2.04 - FLOWABLE FILL MATERIAL Flowable fill material for select backfill across streets, roads, and driveways shall be Flowable Select Material conforming to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. 2.05 RIPRAP Riprap material for bank stabilization and erosion control shall conform to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. Riprap shall be designed by an Engineer for the application, including area, size, and depth of placement. PART 3- EXECUTION 3.01 EXCAVATION - GENERAL A. All excavation shall be carried accurately to the line and grade shown on the Drawings and as established by the Engineer. B. When excavation is necessary to be carried below or beyond that which is required, fill the over -excavated space with compacted Class I material, or with concrete as approved by the Engineer. C. The Contractor shall use a trench box or provide and install shoring where necessary to protect the labor, the work, or adjacent property. Shoring shall be maintained in place until the backfill has proceeded to a point where it can be safely removed. 2300.doc 3 D. Dewater all excavations before any construction is undertaken in accordance with Section 2100 of these specifications. E. Install pipe only in dry trenches. Place concrete upon dry, firm foundation material only. 3.02 DISPOSAL OF EXCAVATED MATERIALS A. The Contractor shall be responsible for disposal of excess material, or disposal of excavated material unsuitable for backfilling. B. Disposal of excess material shall only be allowed on private property with written permission of the owner of the property. A copy of the written permission must be forwarded to the Engineer along with any permits as may be required by the governing authority, city or county. Grading permits are required for any disposal within the City of Fayetteville city limits. 3.03 SEWER FLOW CONTROL A. Plugging or Blocking: A sewer line plug shall be inserted into the line upstream of the section or sections being worked. The plug shall be so designed that all or any portion of the sewerage can be released. After the work has been completed, flow shall be restored to normal. B. Pumping and Bypassing: The Contractor shall supply the pumps, conduits, and other equipment to divert the flow of sewage around the manhole section or sections in which work is to be performed. The bypass system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during a rainstorm. The Contractor shall be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypassing system. If pumping is required on a 24 -hour basis, engines shall be equipped in a manner to keep noise to a minimum. C. Flow Control Precautions: When flow in sewer line is plugged, blocked, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Further, precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. D. The City may require a detail of the bypass plan to be submitted. 2300.doc 4 3.04 EXPLOSIVES A. Notify the Engineer in advance if the use of explosives is necessary for the efficient execution of the work. B. All work pertaining to the use of explosives shall be performed by qualified personnel. C. The Contractor shall obtain all the necessary permits from all governmental bodies. Copies of permits must be submitted to the Engineer and the Contractor shall keep a copy of all permits on the job site at all times. D. Follow all governing OSHA safety regulations. E. Exercise every precaution to prevent damage to adjoining improvements or property. F. Always use a blasting shield or mat. G. Any damage to private property resulting from the use of explosives is the liability of the Contractor. 3.05 TRENCH DEWATERING A. Dewater all trenches, in accordance with Section 2100, to the extent that sanitary sewer pipe can be placed on a dry and firm trench bottom. Never place pipe in a wet or unstable trench. The allowable dewatering methods are: 1. Well pointing; and, 2. Over Excavation and Sump Pumping. Submit for approval other trench dewatering procedures. B. Well Pointing Procedure 1. Install well points where required to keep the excavation dry and the subgrade stable. 2. Install well points when the excavation is within two (2) feet of the water table. 3. Provide sufficient pumping equipment, in good working order and available at all times, to remove any water that accumulates in excavations so a stable subgrade is obtained. 2300.doc 5 4. Keep all dewatering equipment in continuous operation until backfill is completed. C. Pump, pipe, and drain all water resulting from dewatering operations into a properly designed dewatering structure or device in accordance with Section 2100. Prevent flooding of streets or private property. D. Soil that cannot be properly dewatered: excavate and install Class I bedding material tamped in place to such a depth to provide a firm trench bottom. E. Divert surface runoff water away from the excavation. Where the excavation crosses natural drainage channels, care should be taken to prevent unnecessary damage or delays. Route diverted surface water into existing drainage structures, such as storm sewers, ditches, or streams. Prevent flooding of streets or private property. F. Discharge of trench water or surface runoff into a sanitary sewer is a violation of City of Fayetteville Ordinance and violators will be prosecuted as prescribed by law. 3.06 SHEETING AND SHORING A. Provide sheeting and shoring of trenches to: 1. Protect the safety of workers; 2. Provide suitable means for constructing the sewer line; 3. To maintain the trench free from slides or cave-ins; 4. And, to protect public or private property, including existing utilities, buildings, streets, or other structures that are close to the trench. B. Follow all governing OSHA safety regulations. C. Keep shoring in place until the backfill has proceeded to a point where it can safely be removed. 3.07 EXCAVATION — SEWER LINE TRENCHES A. Trench For Gravity Sewer Line - During excavation, all sewer pipe to be replaced shall be removed and disposed of offsite at a suitable landfill. Trench excavation for gravity sewer lines shall be kept within the maximum width limits as shown on the Drawings. The specified maximum trench width from the bottom of the trench to 24 -inches above the outside top of the pipe shall not be exceeded unless specifically authorized by the Engineer. 2300.doc 6 B. Trench For Gravity Sewer Line in Paved Area — Prior to excavation in paved areas, the Contractor shall saw -cut (or other acceptable method approved by the Engineer) the existing pavement to minimize the destruction of the existing pavement outside the limits of the trench. The maximum trench width for the installation of gravity sewer lines, up to 12 -inches in diameter, in paved areas shall not exceed 36 -inches without written approval from Engineer. The pavement shall be repaired in accordance with Section 6000 — Pavement Repair. Contractor is responsible for damage to paved areas by construction equipment outside the limits of trench excavation. C. Keep the trench widths within the limits specified below. This requirement is to avoid superimposed loading in excess of the designed and specified pipe strength; and to provide sufficient room for proper installation and bedding of sewer pipe. Inside Pipe Maximum Width of Trench Diameter From Top of Pipe to (Inches) 2' Above Tope 6, 8, 10 2'-6" 12,14,15,16 3'-0" 18,21 3'-6" 24,30 4'-0" 36 4'-6" D. If necessary to prevent sliding and caving, cut the trench banks back on a slope above an elevation two (2) feet above the outside top of the pipe to reduce the earth load on the trench sides. Never exceed the specified maximum width until 2 ft. above the outside top of the pipe. See Section 2000 — Trench Safety. E. Do not advance trench excavation more than three hundred (300) feet ahead of the completed pipe work and backfill. 3.08 OVER EXCAVATION A. Over excavate below the required subgrade only under the conditions as listed below. 1. The soil at the bottom of the trench is mucky or in such condition that it cannot be properly shaped and graded. 2. The subgrade material is too soft to properly support the pipe. B. After over excavating, provide and install a fill consisting of Class I bedding material thoroughly tamped into place in a maximum of eight (8) inch lifts up to 2300.doc 7 an elevation sufficient to prepare the subgrade for the particular bedding class required. 3.09 BEDDING AND BACKFILLING - GENERAL A. Install all sewer pipe using Class I embedment materials. Refer to Standard Detail Drawings. B. It is essential that the complete backfill be done in such a manner to minimize voids in the backfill. C. Backfilling includes refilling and consolidating the fill in the excavation up to the surrounding ground surface or road grade. D. Use select native materials for backfilling in unpaved areas. E. Where trenches are to be located beneath existing or proposed streets, drives, and parking areas, all backfilling procedures shall be in accordance with the Standard Detail Drawings. F. Use mechanical compaction devices manufactured for that purpose to compact backfill materials in trenches. G. Pipe detection tape shall be provided in all trenches for sewer 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. 3.10 BEDDING AND BACKFILLING RIGID PIPE A. Bed rigid pipe as described below and in accordance with the standard trench details shown in Standard Detail Drawings. The intent of the bedding is to create a uniform support which will protect the pipe from localized stress points and to provide for a well graded trench bottom. B. Extend the trench excavation to a minimum depth of six (6) inches below the bottom of the pipe. C. Install bedding materials in no greater than eight (8) inch compacted lifts. Install bedding from six (6) inches below the pipe to six (6) inches above the pipe. Shovel slice bedding beneath the pipe haunches. Tracer wire shall be installed six (6) inches above the top of pipe. D. Compact all bedding material to a minimum density of 80% standard proctor as outlined in AASHTO T-99. 2300.doc 8 E. Install pipe in accordance with Section 3100 - Sanitary Sewer Pipelines. F. Backfill the excavation. 3.11 BEDDING AND BACKFILLING FLEXIBLE (PVC) PIPE A. Bed flexible (PVC) pipe as described below in accordance with Standard Detail Drawings. The intent of the bedding is to create a uniform support which will protect the pipe from localized stress points and to provide for a well graded trench bottom. B. Extend the trench excavation to a minimum depth of six (6) inches below the bottom of the pipe. C. Install bedding materials in no greater than eight (8) inch compacted lifts. Install bedding from six (6) inches below the pipe to six (6) inches above the pipe. Shovel slice bedding beneath the pipe haunches. Tracer wire shall be installed six (6) inches above the top of pipe. D. Compact all bedding material to a minimum density of 80% standard proctor as outlined in AASHTO T-99. E. The maximum depth of bury for PVC pipe is sixteen (16) feet. Any depths greater than sixteen (16) feet require rigid pipe, unless approved by the City of Fayetteville. F. Install pipe in accordance with Section 3100 - Sanitary Sewer Pipelines. G. Backfill and compact the excavation. 3.12 MANHOLE EXCAVATION A. Excavate the base area no larger than necessary to provide an adequate base. B. Dewater all excavations if required before starting any permanent construction. C. Provide sheeting and shoring as required. D. Leave at least twelve (12) inches between the outer surface of manholes and the excavation or shoring. E. If over excavation occurs, bring the excavation back to proper grade with either: I. Class I bedding material compacted to 80% standard proctor; or, 2. Concrete poured monolithically with the base. 2300.doc 9 3.13 BACKFILLING MANHOLES A. Do not backfill around manholes until adequate strength has been obtained from the manhole to support the backfill without damage to the manhole. B. Never backfill poured -in -place manholes until the concrete has cured 48 hours. C. Backfill manholes with select native material compacted to a density sufficient to prevent excessive settlement. D. In public streets or roads backfill and compaction requirements shall be the same as for trench crossings. 3.14 EXCAVATION, BACKFILLING AND COMPACTION FOR PRESSURE MAINS A. Excavate trenches for force mains to: 1. Provide a minimum cover of thirty-six (36) inches over the top of pipe barrel; and, 2. Allow for the proper bedding material to be installed. B. Excavate trenches wide enough for pipe installation and joint makeup. The trench width at the top of the pipe must never exceed the outside diameter of the pipe plus two (2) feet. C. Where no bedding is required, accurately grade the trench so that the pipe will be in continuous and uniform contact with undisturbed soil for the full length of the pipe. D. Excavate for pipe bells to ensure a smooth bearing surface. E. If the soil at the bottom of the trench is mucky or unstable so that it cannot properly support the pipe, over excavate and backfill as described above for gravity pipelines. F. Backfill the trench and compact the materials as stated above for gravity lines. 2300.doc 10 3.15 EXCAVATION, BACKFILLING AND COMPACTION FOR MISCELLANEOUS STRUCTURES A. Excavate a sufficient distance from walls and footings to allow for forms and for proper inspection. B. Leave at least (12) inches between the outer surface of miscellaneous structures and the excavation or shoring. 3.16 RIPRAP A. The slope shall be properly prepared to receive riprap and shall include all necessary excavation and backfill and the construction of a toe trench if required. B. Place riprap as shown on the Drawings or as directed by the Engineer. 3.17 CLAY OR CONCRETE DAM A. Betitonite clay dams or concrete dams shall be constructed at each connection location of new sewer pipe to the existing sewer system. Dams are to be constructed to control the migration of groundwater from the new sewer trench to the exiting sewer sewer system. Darns shall be constructed in the sewer trench, outside the limits of excavation for manholes. Hand excavate a minimum of six inches. around the outside of the sanitary sewer and a minimum of six inches into the trench wall along the pipe. The hand excavated void around the pipe shall be filled with bentonite clay pellets or concrete and a form shall be used to hold the clay pellets or concrete in place. The form may be left in place after backfilling and restoration. 2300.doc 11 (THIS PAGE INTENTIONALL LEFT BLANK) END OF SECTION 2300 2300.doc 12 SECTION 2500 POLYETHYLENE PIPE INSTALLED USING THE PIPE BURSTING METHOD PART1-GENERAL 1.01 WORK INCLUDED A. This Section covers: I . Installation of a polyethylene pipeline using the Pipe Bursting method. 2. PIPE BURSTING shall be defined as follows: The reconstruction of gravity sewer pipe by installing an approved pipe material by means of a preapproved method. The Process involves the use of static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using a modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. The replacement pipe is either pulled or pushed into the bore. 1.02 RELATED WORK A. Standard Detail Drawings B. Section 5000 - Pipeline Cleaning C. Section 5100 - Pipeline Television Inspection D. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines and Service Lines E. Section 6200 - Final Product Performance Requirements 1.03 REFERENCES A. This specification references ASTM standards which are made a part thereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and ASTM standards, this specification will govern. 1.04 QUALIFICATIONS A. The contractor shall submit qualifications as outlined in Section 0100 and section 0420 of this Specification. B. A Contractor shall have a minimum 5 -year history in sewer line rehabilitation work utilizing the pipe bursting method and a minimum of 50,000 linear feet or 200 manhole to manhole line sections of successful wastewater collection system installations in the U.S. documented to the satisfaction of the City of Fayetteville. 2500.doc 1 1.05 SUBMITTALS A. Submit shop drawings, ASTM standards, manufacturer's data, etc. for: 1. High Density Polyethylene Pipe as specified 2. Certification that all materials comply with ASTM standards. 1.06 PATENTS A. The Contractor shall warrant and save harmless the City of Fayetteville against all claims for patent infringement and any loss thereof. 1.06 FIELD VERIFICATION A. The Contractor is solely responsible for field verification of all pipe diameters and lengths prior to fabrication and installation. The Contractor shall remedy, at no cost to the City of Fayetteville, any defects iu the installed polyethylene pipe resulting from field measurement errors in diameters and lengths shown in the Unit Price Schedule. The Contractor shall determine the minimum length necessary to effectively span the distance between access points. PART 2- PRODUCTS 2.01 POLYETHYLENE PIPE SYSTEM A. The polyethylene pipe shall conform to the minimum standards as specified in ASTM D-3350 cell classification of PE445574C. The pipe shall have a standard designation code of PE4710. The pipe shall have a GREEN stripe continuous along its length to help identify it as sewer pipe. 2500.doc 2 2.02 TESTING REQUIREMENTS A. CHEMICAL RESISTANCE The Contractor shall certify that the polyethylene pipe shall meet the chemical resistance requirements of ASTM D543. Polyethylene samples for testing shall be of polyethylene tube system similar to that proposed for actual construction. B. HYDRAULIC CAPACITY The Contractor shall certify that the polyethylene pipe shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. The roughness coefficient of the polyethylene pipe shall be verified by field test data upon the request of the City of Fayetteville. 2.03 POLYETHYLENE FIELD SAMPLES A. When requested by the City of Fayetteville, the Contractor shall submit test results from previous field installations in the USA of the same resin system as proposed for the actual installation. These test results must verify that the polyethylene pipe physical properties specified herein have been achieved in previous field applications. Testing samples for this project shall be made and tested as described herein. PART 3- EXECUTION 3.01 SITE PREPARATION A. It shall be the responsibility of the City of Fayetteville to locate all manhole access points open and accessible for the work. B. Contractor shall properly install all protection devices, barricades, etc. as required on approved barricade plan. 3.02 PROTECTION A. In all cases, the contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. B. All utilities shown on the plans may not represent the exact location; however, the contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. C. The Contractor shall abide to all applicable OSHA standards. 2500.doc 3 3.03 SEWER FLOW CONTROL A. Plugging or Blocking: A sewer line plug shall be inserted into the line upstream of the section being worked. The plug shall be so designed that all or any portion of the sewage can be released. After the work has been completed, flow shall be restored to normal. B. Pumping and Bypassing: The Contractor shall supply the pumps, conduits, and other equipment to divert the flow of sewage around the manhole section in which work is to be performed. The bypass system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during a rainstorm. The Contractor will be responsible for furnishing the necessary labor and supervision to set up and OPERATE the pumping and bypassing system. If pumping is required on a 24 -hour basis, engines shall be equipped in a manner to keep noise to a minimum. C. Flow Control Precautions: When flow in a sewer line is plugged, blocked or bypassed, sufficient precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. D. The City of Fayetteville may require a detail of the bypass plan to be submitted. 3.04 SEWER LINE CLEANING A. The Contractor shall remove all internal debris out of the sewer line that will interfere with the installation of polyethylene pipe by the Pipe Bursting Method. Sewer line cleaning shall be in accordance with Section 5000 -Pipeline Cleaning. 3.05 TELEVISION INSPECTION (TV) A. Television Inspection shall be in accordance with Section 5100 -Pipeline Television Inspection and shall be performed by experienced personnel trained in locating breaks, obstructions, and service connections by close circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any conditions which may prevent proper installation of the polyethylene pipe by the Pipe Bursting Method into the pipelines, and it shall be noted so that these conditions can be corrected. A video tape and suitable log shall be kept for later reference by the City of Fayetteville. B. Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots, and protruding service connections that will prevent the insertion of the polyethylene pipe by the Pipe Bursting Method. Such work will be considered as incidental to the cost of lining the pipe with the Pipe Bursting Method.. If pre -installation inspection reveals an obstruction such as a dropped joint or a collapse that will prevent the insertion of the polyethylene pipe 2500.doc 4 by the Pipe Bursting Method, and it cannot be removed by conventional sewer cleaning equipment, the Contractor shall call this to the attention of the City of Fayetteville who may elect to have the condition corrected by point repair as described elsewhere in these Specifications. 3.06 INSTALLATION OF THE POLYETHYLENE PIPE USING THE PIPE BURSTING METHOD A. Polyethylene pipe installation shall be in accordance with Manufacturer's standards, with the following additional requirements. B. The thickness of the polyethylene pipe shall be per ASTM standards. C. Contractor shall submit a detailed procedure to be followed for the installation of the pipe bursting system being used. All such procedures shall be followed during installation unless changes are agreed to by the Engineer. The length of the bottom of the insertion pit before sloping up to natural grade shall be a minimum of 2 times the length of the bursting tool. The tool must be launched level. The minimum bending radius of HDPE DR -17 pipe shall be 25 times the outside diameter of the pipe. D. The location and number of insertion or access pits shall be planned by the Contractor and submitted in writing for approval by the Engineer prior to excavation. The pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull be maximized. E. Sections of the polyethylene replacement pipe shall be assembled and joined on the job site above ground. Jointing shall be accomplished by the heating and butt - fusion method in strict conformance with the manufacturer's printed instructions. The butt -fusion method for pipe joining shall be carried out in the field by certified operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt -fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet, unless approved by the Engineer. 2500.doc 5 F. Polyethylene Pipe Installation - The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration pitting, varying wall thickness, pipe separations and other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage or handling, which are deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. Where excavations for the insertion of the replacement pipe are made between two manholes, the ends of the HDPE will be cut smooth and square to the axis, so that it can be joined in a workman like manner such that both ends meet and touch uniformly and continuously. A stainless steel (including bolts) full circle clamp with spring washers shall be used, Smith -Blair Type 226 (12" and smaller pipe), or approved equal. A steel coupling shall be used, Smith - Blair Type 411 (14" and larger pipe) with stainless steel bolts and stainless steel pipe stiffeners, or approved equal. Clamps shall be selected to fit the outside diameter of the replacement pipe. Minimum clamp width for 4" through 8" pipe shall be 15". Minimum clamp width for 10" to 12" pipe shall be 20". Minimum clamp width for 14" and larger pipe shall be 20". All clamps and couplings shall be double polywrapped. G. Sealing the Polyethylene Pipe by the Pipe Bursting Method at Manholes - The replacement pipe shall be installed with a tight fitting seal with the existing or new manhole, Fernco CMA, or equal. The Contractor shall be required to submit the method and products to be used to the Engineer for approval. The pipe within the manhole shall be neatly cut off and not broken or sheared off, at least four inches away from the manhole walls. The channel in the manhole shall be a smooth continuation of the pipe(s) and shall be merged with other lines or channels, if any. Channel cross section shall be U shaped with a minimum height of full pipe diameter. The side of the channel shall be built up with mortar/concrete, as specified to provide benches at a maximum of 1 in 12 pitch towards the channel. Payment for manhole work will be incidental to the price of Pipe Bursting the existing sewer main. H. Service Connections - After the polyethylene pipe has been installed, the Contractor shall restore the existing active service connections and branch connections as determined by Contractor's television logs. Service laterals shall not be reconnected to the new main until replacement and testing are completed. Any service laterals remaining off line for an extended period of time, or any connections as deemed necessary by the Engineer to protect the customer, shall be bypass pumped until such time that they can be reconnected. All service laterals shall be restored within 24 hours unless approval is received by the Engineer. Any damage resulting from not restoring the service laterals shall be the sole responsibility of the Contractor. Sewer service lateral connections shall be by external saddle only. Service lateral materials used during connection to the existing service lateral shall meet the requirements of Section 3000, Section 3100, and Section 3200. 2500.doc 3.07 TESTING A. Testing of the polyethylene pipe shall be in accordance with Section 5200. 3.08 CLEANUP A. Upon acceptance of the installation work and testing, the Contractor shall reinstate the project area. 3.09 POST TELEVISION INSPECTION A. Refer to Section 5200. B. A video and log of the line after installation showing reinstated live service connections and a view up the service line shall be provided to the City of Fayetteville. 2500.doc 7 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 2500 2500.doc 8 SECTION 3000 PIPE, FITTINGS, AND MATERIALS PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers the manufacture, transportation, and storage of pipe, pipe joints, and fittings for sanitary sewer pipelines and service lines. B. Use only pipe, fittings, and adapters approved by the City of Fayetteville. C. Use bends, tees, plugs, wyes, or other approved fittings constructed from the same material as the pipe in which they are installed. Use only standard, approved fittings. 1.02 RELATED WORK A. Section 3100 - Sanitary Sewer Pipelines B. Section 3200 - Sanitary Sewer Service Lines C. Section 3300 - Manholes D. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines 1.03 SUBMITTALS A. Use of materials other than those specifically listed below is prohibited. B. Submit the manufacturer's certificate that the pipe meets with these Specification requirements including material testing requirements. 1.04 REFERENCES Not Used. 3000.doc 1 PART 2- PRODUCTS 2.01 PROHIBITED PIPE MATERIALS A. The following materials are specifically forbidden for use either in city sewers or service lines: 1. Asphalt impregnated fiber tube pipe. 2. Clay pipe. 3. Concrete pipe. 4. Open profile PVC pipe as defined in ASTM F794. 5. "No Hub" cast iron soil pipe or other non bell and spigot pipe. 2.02 SERVICE LINES AND FITTINGS A. Service lines are four (4) inches in diameter or larger. B. Furnish the following: 1. Polyvinyl chloride (PVC) pipe for service lines shall be SCH 40 and shall be completely bedded as required for larger PVC pipe. C. Fittings for service lines shall be: 1. SCH 40 PVC with joints same as water main pipe. 2.03 CLEANOUTS A. Cleanouts shall be Two -Way Memphis Code, SCH 40 PVC with screw type plug. B. Cleanouts under asphalt or concrete shall be hub and spigot cast iron soil pipe and fittings manufactured by Tyler Pipe in accordance with ASTM A 74 and ASTM C 564 standards. 1. Two -Way Memphis Code Cleanout 2. Riser -4" hub and spigot 3. 2-20 Extension Cleanout — 8" length 4. 3-1/2" Type S Plain Countersunk Brass Plug 3000.doc 2 2.03 POLYETHYLENE ENCASEMENT (PIPE WRAP) A. Polyethylene encasement shall be in conformance to ANSI/AWWA C 105, latest revision. The virgin linear low -density polyethylene film shall have a minimum normal thickness of .008 inches (8 mils), and shall be provided in either flat tube or sheet form. B. The color shall be black with nominal 2% carbon black UV inhibitor and printed per the AWWA C105 standard. C. All buried iron pipe and fittings shall be double wrapped. 2.04 INTERIOR EPDXY LINING FOR DUCTILE IRON PIPE AND FITTINGS A. A 40 mil nominal dry film thickness protective lining shall be provided consisting of an amine cured novalac epoxy containing at least 20% by volume of ceramic quartz pigment. The lining material shall be Protecto 401 Ceramic Epoxy or approved equal. B. All cut ends shall be immediately repaired with a field epoxy touch-up kit. 2.05 DUCTILE IRON PIPE FOR GRAVITY MAINS A. Minimum wall thickness: Thickness Class 50 or 51 according to ANSI/AWWA- C150/A 21.50: Thickness Design of Ductile Iron Pipe B. Gravity Sanitary Sewer ASTM A 746: Ductile Iron Pipe Gravity Sewer Pipe C. A 40 mil nominal dry film thickness protective lining shall be provided consisting of an amine cured novalac epoxy containing at least 20% by volume of ceramic quartz pigment. The lining material shall be Protecto 401 Ceramic Epoxy or approved equal. All cut ends shall be immediately repaired with a field epoxy touch-up kit. D. Joint connections, pipe and fittings: 1. Push on and mechanical rubber gasket joints: ANSUAW WA C 111/A21 .11. 2. Flanged: ANSI/AWWA C115/A21.15, ANSI B16.1. 3. Grooved and shouldered ANSI/AWWA C606. E. Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The class designations for the various classes of pipe and fittings shall be cast onto fittings in raised numerals, and cast or stamped on the outside of each joint of pipe. Weights shall be plainly and 3000.doc conspicuously painted in white on the outside of each joint of pipe and each fitting after the exterior coating has hardened. F. Corrosion Control 1. Polyethylene wrap in tube or sheet form conforming to the requirements of ANSI/AWWA C105/A21.5. The pipe shall be double wrapped. 2. Epoxy Coating Inside 2.06 DUCTILE IRON FITTINGS A. All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA C116/A21.16. 2.07 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE (Solid Wall) A. Pipe fifteen (15) inches in diameter and less: conform to ASTM D 3034. Maximum standard dimension ratio (SDR) shall be twenty six (SDR26). B. Pipe greater than (15) inches in diameter: conform to T-1 as specified in ASTM F 679. Pipe stiffness shall be 115 psi. C. Joint connections: push on, elastomeric gasket type conforming to ASTM D 3212. D. Marking: The date of manufacture, class of pipe, specification designation, size of pipe, name or trademark of manufacturer, and identification of plant/location shall be legibly marked on the outside of each pipe section in accordance with the ASTM D- 3034. 2.08 CENTRIFUGALLY CAST FIBERGLASS GRAVITY SEWER PIPE A. Pipe shall conform to all requirements of ASTM 3262 for fiberglass pipe. B. Pipe stiffness shall meet or exceed manufacturer's recommendations. Minimum pipe stiffness shall be 46 psi. C. Manufactured by Hobas USA, Inc. or Future Pipe. 3000.doc 4 2.09 REINFORCED FLEXIBLE RUBBER COUPLINGS A. Materials: Chemical resistant rubber. Flexible rubber coupling shall be Femco or equal. B. Flexible rubber coupling shall be reinforced with a stainless steel shear ring. C. Clamping bands: two (2) each stainless steel bands. D. Dimensions: Inside diameter to fit the outside diameter of the different pipe materials being connected: take care that proper alignment is maintained and the spacing between pipes does not exceed 1/2 inch as shown in the Standard Detail Drawings. 2.10 SERVICE SADDLES A. A composite saddle using a Virgin SBR compound gasket (ASTM D-2000 3 BA715) and a ductile iron saddle casting (ASTM A 536 Grade 65-44-12) as shown in the Standard Details. B. A compression fit three piece service connection consisting of an ASTM D-3034 PVC hub, a Stainless Steel band, and a rubber sleeve conforming to ASTM C-443. Refer to the Standard Details. C. All saddles shall be approved by the Engineer prior to installation. 2.11 SERVICE WYES A. The wye material and joint type must match that of the mainline pipe. B. Wyes shall terminate in a bell suitable for connection of a 4 inch SCH 40 PVC service line pipe as specified herein. 2.12 MECHANICAL JOINT RETAINER GLANDS A. Restraint devices for mechanical joint fittings and appurtenances for nominal pipe sizes 3 inch through 48 inch shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSIIAW WA C 11 O/A21.10. B. Mechanical joint retainer glands shall be made from ductile iron and shall be designed for a working pressure of at least 350 -psi for 3 -inch through 16 -inch pipe and at least 250 -psi for 18 -inch through 48 -inch pipe. The retainer gland shall be MEGALUG mechanical joint restraint with MEGA -BOND coating system for corrosion resistance and manufacturing traceability as manufactured by EBAA Iron, Inc., or equal. 3000.doc 5 2.13 BOLTS A. All bolts for valves, fittings, and restraints shall be 316 stainless steel. 2.14 FORCE MAIN MATERIALS A. Each pipe material acceptable for force main construction is described in the following individual subsections for ease of discussion and revisions. The Engineer shall submit a design fatigue analysis to determine which material will be used. B. The City may require that force main be constructed in such a fashion that they may be converted to gravity sewer lines at a later date with the only modification to be adding manholes. 1. POLYVINYL CHLORIDE (PVC) FORCE MAIN (12" and smaller) a. Pipes: PVC force main pipe shall conform to ASTM Specification D-2241, Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe (SDR PR). The material used shall conform to ASTM Specification D-1784, Standard Specification of Rigid Polyvinyl Chloride and Chlorinated Polyvinyl Chloride compounds, Class 12454-B (PVC 1120). The minimum DR rating acceptable shall be DR 14. AWWA C900 for PVC Pressure Pine All plastic pipe and couplings shall bear identification markings in accordance with Sections 2.5.2 and 2.5.3 of AWWA C-900-75, which shall include the National Sanitation Foundation (NSF) seal of approval. In addition, the plain end of each pipe length shall have two (2) rings, one (1) inch apart, painted around the pipe at the proper location to allow field checking of the correct setting depth of the pipe in the bell or coupling. b. Joints: Joints shall be bell end or coupling push -on type. The push -on joint and joint components shall meet the requirements of ASTM Specification D-3139, Joint for the Plastic Pressure Pipe, using Flexible Elastomeric Seals. The joint shall be designed so as to provide for the thermal expansion and contraction experienced with a total temperature change of seventy-five (75) degrees F in each joint of pipe. Details of the joint design and assembly shall be in accordance with joint manufacturer's standard practice. 3000.doc 6 The lubricant shall have not deteriorating effects on the gasket or the pipe. The lubricant containers shall be labeled with manufacturer's name. Gaskets shall meet all applicable requirements of ANSI Standard A-21.11. c. Fittings: All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA C116/A21.16. d. All valves and fittings (including in -line valves) shall have Megalug style retainer glands or approved equal. Valves, bends, reducers and other hardware 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. e. Gate valves, ANSI/AWWA C509, (up to 10 -inch) or full -port plug valves, ANSI/AWWA C517, (12 -inch and larger) shall be installed along its length, not to exceed 1000' unless a variance is approved by the City for long force mains, and shall be marked sewer. An empty valve box shall be installed in the vicinity of the discharge manhole and at fittings that cause a change in direction where the tracer wire can be brought to grade for a point of connection to aid in tracing the force main. The valve box shall be marked sewer. A 2 -inch SCH-40 PVC pipe shall be installed in the empty valve box. The pipe shall have a pipe marker label affixed and further labeled "No Valve, Tracer Wire Only." 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. f. Installation: The installation shall conform to the requirements of the manufacturer, the AWWA Standard and as indicated on the drawings and specified herein. g. Marking: The date of manufacture, class of pipe, specification designation, size of pipe, name or trademark of manufacturer, and identification of plant/location shall be legibly marked on the outside of each pipe section in accordance with the ASTM D-3034. 3000.doc h. Certification: The Contractor shall upon request furnish the Department with manufacturer's certification stating that the pipe supplied meets or exceeds all requirements of the applicable ASTM standards and these Standards. 2. DUCTILE IRON FORCE MAIN PIPE a. Material: Ductile Iron Pipe in diameters from six (6) inches through thirty-six (36) inches shall be centrifugally cast and shall conform to ANSI Specifications A21.51 and AWWA C-151, latest revision. Ductile Iron Pipe shall be Pressure Class 350, 300, 250, or 200 wall thickness dependent upon site conditions and provided in minimum laying lengths of eighteen (1 8) feet. b. Fittings: All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA C116/A21.16. c. All valves and fittings (including in -line valves) shall have Megalug style retainer glands or approved equal. Valves, bends, reducers and other hardware 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. d. Gate valves, ANSI/AWWA C509, (up to 10 -inch) or full -port plug valves, ANSUAWWA C517, (12 -inch and larger) shall be installed along its length, not to exceed 1000' unless a variance is approved by the City for long force mains, and shall be marked sewer. An empty valve box shall be installed in the vicinity of the discharge manhole and at fittings that cause a change in direction where the tracer wire can be brought to grade for a point of connection to aid in tracing the force main. The valve box shall be marked sewer. A 2 -inch SCH-40 PVC pipe shall be installed in the empty valve box. The pipe shall have a pipe marker label affixed and further labeled "No Valve, Tracer Wire Only." 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. 3000.doc e. Joints: Mechanical joints, slip or flanged joints shall be provided. Mechanical joints and accessories shall conform to AWWA Standard C-111, ANSI A-21.11. The bolts and nuts shall be 316 stainless steel. Push -on joints with rubber O-ring gaskets shall comply with AWWA Standard C -Ill (ANSI A-2111). Flanged joints shall be manufactured with laying dimensions, facing and flanges detailed in accordance with AWWA Standard C-115 (ANSI A-21.15) Class 125. £ Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The class designations for the various classes of pipe and fittings shall be cast onto fittings in raised numerals, and cast or stamped on the outside of each joint of pipe. Weights shall be plainly and conspicuously painted in white on the outside of each joint of pipe and each fitting after the exterior coating has hardened. g. Certification: The Contractor shall upon request furnish the City with certified reports stating that inspection and specified tests have been made and that the results thereof comply with the applicable ANSI Specifications for each. 2.15 AIR / VACUUM RELIEF VALVES A. Sanitary sewer force mains shall be designed to avoid the need for air or vacuum release lines. If possible, force mains shall be designed without high points and with the top of the force main below the hydraulic grade line at the minimum pumping rate so that relief valves will not be needed. B. If high points in the force main can not be eliminated, a stainless steel A.R.I. sewage air release valve or approved equal shall be installed at each significant high point where air could become trapped. The air release valve shall be installed in a manhole structure in accordance with the requirements of Section 3300 -Manholes, and provisions shall be required for draining the structure. A high point shall be considered significant if it is 2 feet or more above the minimum hydraulic grade line, or, when pumping is intermittent, above the static head line. 3000.doc 9 2.16 TRACER WIRE A. Tracer wire shall be 12 -gauge, solid coated copper or coated copper clad steel for underground burial. B. Jacket color shall be GREEN, and made of High Density Polyethylene (HDPE) or High Molecular Weight Polyethylene (HMWPE) designed for direct burial. C. Connectors shall be used for all splices or repairs. Connectors shall be moisture displacement style as manufactured by 3M DBR, or equal. D. A locate or conductivity test shall be performed prior to signing off on the project. 2.17 WARNING TAPE A. Non-metallic sanitary sewer marking tape shall be warning tape as manufactured by Rhino Marking and Protection Systems, Harris Industries, Inc., or approved equal. B. Tape shall have a minimum thickness of 4 mils and manufactured with heavy metal - free polyethylene tape that is impervious to all known alkalis, acids, chemical reagents, and solvents found in soil. The minimum overall width of the tape shall not be less than 3 -inches. Standard rolls shall be 1000' length. C. The tape shall be color coded Safety Green and imprinted with the following message: Caution — Buried Sewer Line Below 2.18 PIPELINE MARKERS A. Sewer pipeline markers shall be TriView Marking System by Rhino Marking and Protection Systems, Carsonite International Dual -Sided Utility Marker (CIB-380), or approved equal. All markers shall be installed according to the manufacturer's recommendations. The uppermost portion of the Carsonite marker shall be made of Visibility Enhancer (CVE-360), or approved equal and must be bolted to the utility marker. TriView markers do not require visibility enhancers. The utility marker shall read as follows: "CAUTION, SEWER PIPELINE", "City of Fayetteville", and "Before Digging Call 1-800-482-8998". The label shall also include the official City Logo and be green in color with white lettering. Sewer line pipeline markers shall be installed beside all valve boxes used for tracing the force main. Concrete shall be placed 6 -inches around and 1 -foot deep around the base of each Carsonite marker. B. Sewer line pipeline markers shall be installed beside all manholes that are located in easements and backyards. Manholes located in front yards and in streets do not require markers. 3000.doc 10 C. Sewer line pipeline markers shall be installed along sewer force mains at valves and at significant fittings that cause a change in direction. PART 3- EXECUTION 3.01 INSTALLATION A. Sanitary Sewer Pipelines: Refer to Section 3100 B. Sanitary Sewer Service Lines: Refer to Section 3200 3000.doc 11 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3000 3000.doc 12 SECTION 3100 SANITARY SEWER PIPELINES PART 1- GENERAL 1.01 WORK INCLUDED A. Installation of sanitary sewer pipelines. B. Point repairs on existing sanitary sewer pipelines. 1.02 RELATED WORK A. Section 2300 - Excavation, Backfilling, and Compacting. B. Section 3000 — Pipe, Fittings, and Materials. C. Section 32Q0 - Sanitary Sewer Service Lines. D. Section 3300 - Manholes. E. Section 3600 - Cast -in -place Concrete. F. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. G. Section 6000 - Pavement Repair Section. 1.03 DEFINITIONS A. New Pipelines - Pipelines installed in such a manner that there is no sewage flow during construction. B. Replacement Pipelines - Pipelines installed in a trench while there is a flow from "live" service connections. C. Point Repairs - Replacement of a short section (less than 50 feet in length) in an existing pipeline. D. Force Mains - Sewer pipelines that transport wastewater under pressure from a pump station to a discharge point. 3100.doc 1 1.04 QUALITY ASSURANCE Inspect all pipelines per Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. 1.05 SUBMITTALS Submit to the Engineer for approval all materials and procedures not described in these specifications. 1.06 REFERENCES Not Used. 1.07 PROTECTION A. In all cases, the Contractor is responsible for protecting public and private property; protecting any person or persons who might be injured as a result of the Contractors' Work. B. All utilities shown on the plans may not represent the exact location; however, the Contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART 2- PRODUCTS 2.01 BEDDING AND BACKFILL Refer to Section 2300 - Excavation, Backfilling, and Compacting. 2.02 PIPE, FITTINGS, AND MATERIALS Refer to Section 3000 — Pipe, Fittings, and Materials. 2.03 MANHOLES, MANHOLE FRAMES, AND COVERS Refer to Section 3300 - Manholes. 2.04 CONCRETE Refer to Section 3600 - Cast -in -place Concrete. 3100.doc 2 PART 3- EXECUTION 3.01 EXCAVATION - GENERAL A. Perform excavation and prepare bedding in accordance with Section 2300 - Excavation, Backfilling, and Compacting. B. Never lay pipe in a water -filled trench, or when trench conditions or weather are unsuitable for such Work. C. Divert surface water and de -water trenches during excavation. D. Excavate for bells so that the entire barrel of the pipe will be uniformly supported on the pipe bedding before placing pipe in the trench. 3.02 LAYOUT A. The Contractor shall install sewer lines, wyes, and manholes as shown on the Plans. 3.03 SHALLOW BURY A. Ductile iron pipe shall be required when the existing grade or the proposed finish grade, whichever is less, provides less than 36 inches of cover. The ductile iron pipe shall extend from manhole to manhole. The ductile iron pipe shall meet the requirements of Section 3000 — Pipe, Fittings, and Materials, of these Specifications. 3.04 PIERS A. Install concrete piers as indicated on the plans per Section 3600 - Cast -in -place Concrete. 3.05 STEEP GRADES A. Whenever the grade of the sewer line exceeds 15 percent, ductile iron pipe shall be required. The ductile iron pipe shall meet the requirements of Section 3000 -- Pipe, Fittings, and Materials, of these Specifications. B. Sewers on 15 percent slopes or greater shall be anchored securely with concrete anchors spaced as follows: 1. Not over 36 feet center to center on grades 15 percent and up to 35 percent. 2. Not over 24 feet center to center on grades 35 percent and up to 50 percent. 3. Not over 16 feet center to center on grades 50 percent and over. 3100.doc 3 C. Anchor collars should be placed on downstream side of bell. Where no bell is available, a retainer gland shall be installed. 3.06 PIPE INSTALLATION A. Inspect each joint of pipe carefully before it is placed in the trench. Plainly mark and separate from the remaining pipe any joint found to be cracked, warped, or otherwise damaged. Remove these damaged joints from the project site as soon as possible. B. Cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining when trimming joint length. C. Lay all pipe with the bell upstream. D. Use proper equipment for lowering sections of pipe into trenches. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. E. Lay each pipe joint to line and grade using laser beam grade light, keeping a minimum of six inches between the pipe and the trench wall. F. Keep the pipe joints' interior clean from all dirt and other foreign matter as the Work progresses. Maintain the pipe's interior cleanliness until accepted or put in service. G. Close the open ends of the pipeline temporarily with an appropriate manufactured plug at the end of each day's Work or when discontinuing pipe installation for an appreciable period. H. COLD WEATHER INSTALLATION 1. The City reserves the right to order pipe installation discontinued whenever, in its opinion, there is danger of the quality of work being impaired because of cold weather. The Contractor shall be responsible for heating the pipe and jointing material so as to prevent freezing of joints. Do not lay any pipe on frozen ground. No flexible or semi -rigid pipe shall be laid when the air temperature is less than 32° F unless proper precautions per the manufacturer's recommendations are taken by the Contractor and the method is approved by the Engineer and City. 2. When pipes with rubber gaskets or resilient -type joints are to be laid in cold weather, sufficiently warm the gasket or joint material so as to facilitate making a proper joint. 3100.doc 4 I. TRACER WIRE 1. Tracer wire shall be installed on all buried sewer pipelines. This includes gravity sewer mains, sewer force mains, and gravity sewer laterals. 2. Tracer wire shall be installed 6 -inches above the top of the pipe. Tracer wire shall be CAD welded to the cast iron manhole frame. J. MARKER TAPE Marker tape shall be installed on all buried sewer pipelines. This includes gravity sewer mains, sewer force mains, and gravity sewer laterals. 3.07 PIPE TO PIPE CONNECTIONS A. Make all pipe joints in strict accordance with the manufacturer's recommendation and as stated below for the particular type of connection. Make all joints watertight in accordance with the latest ASTM Standards. B. Slip -type or Push -on Joints Connection Procedure Clean the bell and spigot end of the pipes prior to jointing thoroughly with a brush. Exercise particular care to clean the gasket seat. 2. Apply pipe lubricant and attach gasket in strict accordance with the specific joint manufacturer's recommendations. Clean and insert the rubber gasket in the gasket seat within the bell. Insert the spigot end of the upstream pipe in the bell of the downstream pipe. Push the upstream joint until it is in firm contact with the shoulder of the bell. C. Mechanical Joints Connection Procedure Clean thoroughly the spigot end of the pipe, the bell of the connecting pipe, and the rubber gasket as specified for slip -type or push -on joints. Clean the gland in a similar manner. 2. After the gland and gasket are placed on the spigot end of the pipe, a sufficient distance from the end to avoid fouling the bell, insert the spigot end in the fitting bell to the point of firm contact with the bell shoulder. Then advance the rubber gasket into the bell and seat in the gasket seat. Exercise care to center the spigot end within the bell. Bring the gland into contact with the gasket, enter all bolts, and make all nuts hand tight. Exercise continued care to keep the spigot centered in the bell. 3100.doc 3. Make the joints tight by turning the nuts with a torque wrench: First partially tightening a nut, then partially tightening the nut 180 degrees away from it. Work around the pipe with uniformly applied tension until the required torque is applied to all nuts. Required torque ranges and indicated wrench lengths for bolts are as follows: Diameter Range of Torque Length of Wrench Inches Foot Pounds Inches 5/8 40-60 8 3/4 60-90 10 1 70-100 12 1-1/4 90-120 14 D. Reinforced Flexible Rubber Couplings 1. Install reinforced flexible rubber coupling only where dissimilar pipe materials are connected. 2. Take care that proper alignment is maintained and a minimum spacing between pipes does not exceed one-half inch. 3. Encase reinforced flexible rubber coupling in Class A concrete as shown on the Standard Details. 3.08 WYE FITTINGS FOR SERVICE CONNECTIONS A. Use in -line wye fittings for all service connections except on ductile iron pipe and polyethylene pipe. B. The wye material and joint type must match that of the mainline pipe. C. Use taps instead of wyes only on ductile iron pipe and polyethylene pipe. D. Install wye branches at the location of live services or as indicated on the construction plans. Install wye connections for services in accordance with the manufacturer's recommendations. E. Place Class "A" concrete under each wye branch to prevent cracking or twisting under earth loads. F. Mark wyes for future connections using detectable tape, tracer wire, and 1/2" x 4' rebar or fence tee -post. G. Terminate wyes for future connections in a bell suitable for connection of a four -inch SCH-40 PVC service line. Securely plug all wyes and service stubs for future connections. 31o0.doc 6 H. For Service Wye Details, see the Standard Detail Drawings. 3.09 CLEANOUTS FOR SERVICE CONNECTIONS A. Install cleanouts on service lines at the property line where the main line is in the paved right-of-way, as required by plumbing code, or as indicated on the construction plans. B. For Cleanout Details, see the Standard Detail Drawings. 3.10 BACKFILLING AND INSPECTION A. Before backfilling, place concrete encasement at transitions between different types of pipe and around all flexible rubber couplings as shown on the Drawings. Use Class A concrete per Section 3600 -Cast -in -place Concrete. B. Before backfilling, install concrete anchor collars in accordance with the details at the location and interval and shown on the Drawings. Use Class B concrete and reinforce with steel bars per Section 3600 -Cast -in -place Concrete. C. After the pipeline is installed and visually inspected by the Engineer, backfill the trench per Section 2300 -Excavation, Backfilling, and Compacting. D. Test the pipeline per Section 5200 -Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. E. Repair all pavements per Section 6000 -Pavement Repair. F. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. G. Repair sodded and grass areas to original condition. 3.11 CONNECTION OF NEW SEWER PIPELINES TO EXISTING SANITARY SEWERS A. Construct, clean, test, and obtain Engineer's approval for pipelines and manholes before connecting new pipeline to the existing sewer. B. If, in the opinion of the Engineer, conditions exist which require connection prior to final line acceptance, plug all lines entering the manhole connecting to the existing system until the new system is accepted. In addition, plug the line leaving the first manhole upstream. Never allow water being used to flush the new lines to enter the existing system. 3100.doc 7 C. All new pipelines must connect to the existing system at a new or existing manhole. If a new manhole is built over an existing sewer line, do not break out the top of the existing pipe until the new line is accepted. D. If a new pipeline is to discharge into an existing manhole, divert the sewage flow around the existing manhole while the tie-in is under construction. Intercept the sewage flow at the existing manhole first upstream from the tie-in construction. Provide suitable pumping equipment and re-routing conduit to pump the sewage around the tie-in construction. Discharge into an appropriate manhole downstream from the construction. E. Connection to an existing manhole shall be made by core drilling. A concrete manhole adapter shall be installed on the sewer pipe, and the annular space grouted in accordance to Section 3300 — Manholes. E. Connect new pipelines to existing manholes in a neat, workmanlike manner, to ensure a watertight connection. 3.12 GRAVITY SEWER PIPELINE INSTALLATION — LIVE SEWER PIPELINES AND POINT REPAIRS A. Install sewer pipeline and point repairs as detailed above for new pipelines with the following exceptions: 1. Divert all upstream flow around the section to be replaced with plugs or pumps. The bedding must be kept dry during installation. If trench bottom is too wet, excavate wet portion and replace with bedding material. 2. Make transitions to original pipe using materials and procedures specified. Take care that replacement pipe is aligned properly with no offsets. Install concrete encasement around transitions. Take care that no concrete from the encasement enters the existing pipeline. If this occurs, remove the concrete. 3. At the end of each day's work, and when for any reason the laying of pipe will be discontinued for an appreciable period, place a temporary section of pipe in the live line. 4. Pressure testing is not required. Visual and television testing are required. 5. Mandrel testing may be required. 6. Service line pressure testing is not required. 7. A temporary debris catcher, as shown in the Standard Detail Drawings, shall be used in the downstream manhole. 3100.doc 8 3.13 GRAVITY SEWER PIPELINE INSTALLATION - AERIAL CROSSINGS A. Construct piers as shown on Drawings. B. Install encasement pipe on piers to grade. 3.14 FORCE MAIN PIPELINE INSTALLATION A. Install all pipe and fittings to the line and grade as detailed on the Drawings. Submit fitting substitution requests to the Engineer for approval. B. The force main shall have tape marked sewer wrapped around the pipe with complete revolutions not to exceed 6'. Tape marked sewer shall also be installed in the trench 18" above the top of the sewer force main. C. Remove all dirt and other foreign matter from the inside of pipe and fittings before they are lowered into the trench. Keep pipe and fittings clean during and after laying. Take care to keep dirt out of the bells. Plug all pipe openings at the end of each days work or when pipe laying is discontinued. D. Use proper equipment for lowering sections of pipe into trenches. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. E. Cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining when trimming joint length. F. Install pipe with bell ends facing in the direction of laying. Face bells upgrade on lines on an appreciable slope. G. When necessary to deflect pipe from a straight line in either the horizontal or vertical plan to avoid obstructions, do not deflect the pipe beyond the point recommended by the pipe manufacturer. H. Before backfilling, install concrete thrust blocking in accordance with Standard Details on Plans. Thrust blocking shall be designed based on pressures of at least 25 percent greater than the maximum pump design shutoff head plus a water hammer allowance with an appropriate factor of safety. I. All force mains shall be equipped with a Pig Launch & Retrieval System. Refer to Standard Details. J. Sewer line pipeline markers shall be installed beside all manholes and valve boxes that are located in easements and backyards. Manholes and valve boxes located in front yards and in streets do not require markers. 3100.doc 9 K Test the pipeline per Section 5200 -Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. L. After the pipeline is installed and visually inspected by the Engineer, backfill the trench per Section 2300 -Excavation, Back filling, and Compacting. Repair all pavements per Section 6000 -Pavement Repair. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. M. Repair sodded and grass areas to original condition. 3.15 WATER LINE CROSSINGS A. Sewer lines installed under a water line must have a clear distance between pipes of at least eighteen (18) inches. B. The sewer line shall be installed such that a joint of pipe is centered along the water line and the joints are as far as possible from the water line. C. If 18 -inches of clearance cannot be provided or when the water main must pass under the sewer main, either the sanitary sewer main or the water main shall be encased in twenty feet of watertight encasement pipe, centered over the point of crossing. The ends of the encasement pipe shall be sealed watertight. Refer to Section 3400 — Utility Line Bores for end seals. 3.16 STORM SEWER CROSSINGS A. All sewer lines crossing under all concrete storm drains, or any storm drain 30 - inch diameter and larger, or all storm drains with multiple pipe runs, shall be encased a minimum of 5 feet either side of the storm drain. END OF SECTION 3100 3100.doc 10 SECTION 3200 SANITARY SEWER SERVICE LINES (PRIVATE LATERALS) PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers: 1. Installation of sanitary sewer service lines. 2. Point repairs on existing sanitary sewer service lines. B. Sewer lines 6 inches in diameter and larger are constructed under the requirements of Section 3100 - Sanitary Sewer Pipelines. 1.02 RELATED WORK A. Standard Detail Drawings B. Section 1000 - General Requirements and Procedures C. Section 2300 - Excavation, Backfilling, and Compacting D. Section 3000 --- Pipe, Fittings, and Materials E. Section 3100 - Sanitary Sewer Pipelines F. Section 3300 - Manholes G. Section 3600 - Cast -In -Place Concrete H. Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines I. Section 6000 - Pavement Repair 1.03 DEFINITIONS A. City Sewer Main - A public sanitary sewer in which all owners of abutting properties have equal rights and is maintained and controlled by the City of Fayetteville. No sewer line smaller than six (6) inches in diameter is a city sewer. B. Service Line - The sewer which conveys the discharge from a building's plumbing system or other approved waste system to the city sanitary sewer system. The 3200.doc 1 service line begins at the connection to the city sanitary sewer and ends at the building foundation. C. Permit - Written authorization issued to a plumber or contractor upon request allowing installation of a service line to connect to the City of Fayetteville collection system. D. Plumbing Permit - Written authorization issued to a plumber or contractor upon request allowing work on existing plumbing in an existing structure or to install plumbing in a new or existing structure. 1.04 QUALITY ASSURANCE Inspect all service lines per Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. 1.05 SUBMITTALS Submit to the Engineer for approval all materials and procedures not described in these specifications. 1.06 REFERENCES A. Arkansas State Plumbing Code B. City of Fayetteville Plumbing Code 1.07 SPECIAL REQUIREMENTS CONCERNING FIELD LOCATION OF PIPE, BENDS, CLEANOUTS, AND MANHOLES ON SERVICE LINES A. Bends 1. Avoid using short radius ninety degree bends on 4" service lines. 2. Use only long sweep bends where bends are absolutely necessary. B. Cleanouts 1. Cleanouts are required at the building foundation per the City of Fayetteville Plumbing Code. 3200.doc 2 2. On lines longer than one hundred (100) feet, cleanouts are required at one hundred (100) foot spacing. 3. Install cleanouts adjacent to any ninety degree bend. 4. Install pipe on cleanout riser up to finish grade. 5. The cleanout shall be the same diameter as the pipe on which it is installed. C. Backwater Traps (Sewage check valve) 1. Provide backwater traps as required by Section 715 — Backwater Valves of the Arkansas Plumbing Code or as shown on the Drawings. 2. Place backwater traps in a meter box to allow periodic servicing. 1.08 PROTECTION A. In all cases the Contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. B. All utilities shown on the plans may not represent the exact location; however, the contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART 2- PRODUCTS 2.01 BEDDING AND BACKFILL A. Refer to Section 2300 - Excavation, Backfilling, and Compacting. 2.02 PIPE AND FITTINGS A. Refer to Section 3000 — Pipe, Fittings, and Materials for allowable materials. 2.03 BACKFILL AND ASPHALT FOR PAVEMENT REPAIRS A Refer to Section 6000 - Pavement Repair 2.04 MANHOLES, MANHOLE FRAMES, AND COVERS A. Refer to Section 3300 - Manholes 3200.doc 3 2.05 CONCRETE A. Refer to Section 3600 - Cast -In -Place Concrete PART 3- EXECUTION 3.01 EXCAVATION A. Perform excavation and prepare bedding in accordance with Section 2300 - Excavation, Backfilling, and Compacting. B. Never lay pipe in a water filled trench. C. Excavate for bells so that the entire barrel of the pipe will be uniformly supported before placing pipe in the trench. 3.02 PIERS A. Install concrete piers as indicated on the plans in accordance with Section 3600 - Cast -In -Place Concrete. B. Use only steel encasement iron pipe on piers. 3.03 PIPE INSTALLATION A. Inspect each joint of pipe carefully before it is placed in the trench. Discard damaged joints. B. If trimming joint length is required, cut pipe in a neat and workmanlike manner without damage to pipe or pipe lining. C. Lay all pipe with the bell upstream. D. Lower pipe carefully into the trench so the spigot and bell will not become contaminated. E. Lay the service line on a straight alignment and at a constant slope. Install pipe a minimum slope of one percent (1.00%); this equals one -eighth inch fall per lineal foot (1/8" / LF). The maximum allowable deflection in a horizontal plane is one inch per lineal foot (1.00"/LF). F. Install bends on 4" service lines at all changes in alignment and slope. Cleanouts are required at 90 degree bends and every 100 feet on lines longer than 100 feet. Bends on 6" and larger service lines are only permitted within 5 feet of the building foundation and 2 feet of the manhole being connected to; if longer than 150 feet, bends are not allowed and manholes must be built. 3200.doc 4 G. Keep the pipe joints' interior clean from all dirt and other foreign matter as the work progresses. Maintain the pipe's interior cleanliness until accepted or put in service. H. At the end of each day's work, and when for any reason the laying of pipe will be discontinued for an appreciable period, close the open ends of the pipeline temporarily with an appropriate manufactured plug. 3.04 PIPE TO PIPE CONNECTIONS A. Make all pipe joints in strict accordance with the manufacturer's recommendation and these specifications as stated below for the particular type of connection. Make all joints watertight in accordance with the latest ASTM Standards. B. "No -Hub" type pipe connections are not permitted. C. Slip -Type Or Push -On Joints Connection Procedure Clean the bell and spigot end of the pipes prior to jointing thoroughly by whatever means necessary to remove all foreign matter and attain the required cleanliness. Use a brush as necessary. Exercise particular care to clean the gasket seat. 2. Apply lubricant and attach gasket in strict accordance with the specific joint manufacturer's recommendations. Clean and insert the rubber gasket in the gasket seat within the bell. Insert the spigot end of the pipe in the bell of the pipe to which connection is being made, and force a firm contact with the shoulder of the bell. D. Mechanical Joints Connection Procedure 1. Clean thoroughly the spigot end of pipe, the bell of fitting, and the rubber gasket as specified for slip -type or push -on joints. Clean the gland in a similar manner. 2. After the gland and gasket are placed on the spigot end of the pipe a sufficient distance from the end to avoid fouling the bell, insert the spigot end in the fitting bell to the point of firm contact with the bell shoulder. Then advance the rubber gasket into the bell and seat in the gasket seat. Exercise care to center the spigot end within the bell. 3200.doc 3. Bring the gland into contact with the gasket, enter all bolts, and make all nuts hand tight. Exercise continued care to keep the spigot centered in the bell. 4. Make the joints tight by turning the nuts with a wrench - first partially tightening a nut, then partially tightening the nut 180 degrees therefrom and working thus around the pipe with uniformly applied tension until the required torque is applied to all nuts. Required torque ranges and indicated wrench lengths for stainless steel bolts are shown in Section 3100 - Sanitary Sewer Pipelines. E. Reinforced Flexible Rubber Couplings 1. Install a reinforced flexible rubber coupling only where dissimilar pipe materials are mated. 2. Take care that proper alignment is maintained. 3. Encase reinforced flexible rubber coupling in Class A concrete as shown on the Standard Details. 3.05 SERVICE LINE CONNECTIONS TO CITY SEWER PIPELINES A. Wye connection - Use existing wye or other prefabricated outlet if one has been left in the city sewer for sewer service to a lot unless it can be shown that the dwelling unit or building cannot drain by gravity to the wye. B. Taps 1. Where a wye or other prefabricated outlet in the city sewer is not available to serve a lot, a tap connection shall be installed at a location approved by the City to connect the building sewer to the city sewer. 2. The City shall install all taps using approved materials and equipment after the tap fee has been paid. C. Manhole Taps 1. Manhole taps are only permitted on end -of -line manholes. Make manhole tap connections into existing manholes as indicated on the Drawings. 2. Install manhole taps no more than twenty-four (24) inches above the manhole invert. 3. Make manhole tap watertight and flush with inside surface of manhole. 3200.doc 6 4. Manhole taps are considered as part of the service line and are subject to inspection. 3.06 BACKFILLING AND INSPECTION A. Before backfilling, place concrete encasement at transitions between different types of pipe and around all flexible rubber couplings as shown on the Standard Details. B. Install backwater traps (Sewage check valve) if required. C. Before backfilling, install concrete anchor collars in accordance with the details at the location and interval and shown on the drawings. Use Class "B" concrete and reinforce with steel bars per Section 3600 - Cast -In -Place Concrete. D. After the pipeline is installed and visually inspected by the Engineer, backfill the trench and clean up the site per Section 2300 - Excavation, Backfilling, and Compacting. E. Test the service line per Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. F. Repair all pavements per Section 6000 - Pavement Repair. G. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. 3.07 SERVICE LINE REPLACEMENT/REPAIRS A. Obtain permit per City of Fayetteville requirements. B. When possible, the existing tap or wye should be used to connect a repaired or replaced service line. C. When the existing wye or tap cannot be used, then the Contractor shall seal original wye or tap (to prevent entrance or rainwater or debris into the city sewer) and contact the City of Fayetteville to arrange for inspection of seal. D. Repair damaged portion in accordance with these specifications. E. If reinforced flexible rubber couplings are required, be sure to encase them in Class A Concrete as shown in the Standard Details. F. Contact the City of Fayetteville to arrange for inspection of service line repair, 3200.doc 7 3.08 RELOCATE SERVICE EXIT A. Obtain Plumbing Permit from the City of Fayetteville. B. Relocate where the sanitary sewer line exits the structure and plug the old sewer line where it was cut to be rerouted. C. Have the work inspected by the City Plumbing Inspector. END OF SECTION 3200 3200.doc 8 SECTION 3300 MANHOLES PART 1- GENERAL 1.01 WORK INCLUDED This section covers the materials and procedures used in the construction and repair of sanitary sewer manholes. 1.02 RELATED WORK A. Section 2300 - Excavation, Backfilling, and Compacting. B. Section 3100 - Sanitary Sewer Pipelines. C. Section 3200 - Sanitary Sewer Service Lines. D. Section 3600 - Cast -in -Place Concrete. 1.03 SUBMITTALS A. Furnish Shop Drawings and Submittal Data for approval prior to the delivery of any pre -cast manhole sections. B. Submit for approval any materials not listed specifically below. 1.05 REFERENCES Not Used. 1.06 MANHOLE DIMENSIONS AND LAYOUT A. Construct all manholes in accordance with the Standard Manhole Details in Standard Detail Drawings. B. The required dimensions on manholes are: 1. Cone section height: 24 inches, minimum; 36 inches, maximum. 2. Throat section height: 18 inches, maximum. 3300.doc 1 C. Locate the manhole so the centerlines of all pipelines entering and leaving pass through the center of the manhole. D. The following are minimum manhole diameters for sanitary sewers entering/exiting a manhole at the following range of angles: MANHOLE DIAMETERS Pipes Entering/Leaving Pipes Entering/Leaving at 00 - 450 Bend at 45° - 90° Bend Pipe Size 8'"-21 "' 48" 48" 24" 48" 60" 27"-30 60" 60" 33"-36" 72" 72" 1.07 PROTECTION A. In all cases, the Contractor is responsible for protecting public and private property; and, protecting any person or persons who might be injured as a result of the Contractor's work. B. All utilities shown on the plans may not represent the exact location; however, the Contractor is responsible for verifying these locations and contacting "Arkansas One Call System" before excavating. PART 2- PRODUCTS 2.01 WATER FOR MORTAR AND GROUT Water: Potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter, and dirt. 2.02 CEMENT Portland Cement, conforming to AASHTO M 85, Type I. 3300.doc 2 2.03 MANHOLE GROUT Cementitious non -shrink grout for use in manholes shall be one specially formulated for stopping active infiltration and filling voids in manholes and similar locations. Grout mix shall provide a quick -setting, volume -stable, cementitious product suitable for patching the interior of manholes when mixed and applied according to the manufacturer's recommendations. Grout mix shall be Strong Seal QSR, or equal. 2.04 CAST -IN -PLACE MANHOLES A. Construct with Class B concrete only as outlined in Section 3600 - Cast -In -Place Concrete. B. Reinforcement shall be as outlined in Section 3600 - Cast -in -Place Concrete. C. The frame for the cover shall be installed when the manhole is constructed. 2.05 PRECAST CONCRETE MANHOLES A. Conform to the latest requirements of ASTM C478. B. Never transport sections to the site until they have achieved a minimum strength of 3,200 psi (80% of 4,000 psi design) as determined by a concrete cylinder test for the concrete batch. C. Mark each piece plainly with manhole numbers and date of manufacture so it can be installed in the proper location, as shown on the plans. D. Make sure factory -installed cutouts in the bottom section are appropriate for the pipe being laid. E. Pipe connections at manhole - Cutouts should be equipped with rubber boots to ensure a watertight connection. Material shall be equal to A-Lok compression connector or A-Lok G3 Boot System, as manufactured by A-Lok Products, Inc. F. Joint Sealant - Flexible rubber sealant for joints in pre -cast manhole sections shall provide permanently flexible watertight joints, shall remain workable over a wide temperature range and shall not shrink, harden or oxidize upon aging. Material shall be equal to RFS Prelubricated Gaskets by Press -Seal Gasket Corporation and shall meet ASTM C 443 and ASTM C 1619 (Classes C and E) requirements. G. No supplemental joint sealant material is permitted. H. All manhole joints shall be sealed with a 6 -inch wide butyl external joint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC or Infi-Shield® Gator Wrap by Sealing Systems, Inc. The external joint wrap material must be approved by the City of Fayetteville. 3300.doc I. The frame for the cover shall be installed after the cone section is installed in the field. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible butyl gasket joint material, E -Z STIK as manufactured by Press - Seal Gasket Corporation, or equal to ASTM C 990, Section 6.2 Butyl Rubber Sealants, minimum 1/2 inch thick, in two concentric rings along the inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. 2. All grade adjustments, the exterior surfaces of the frame base, and four inches below the top of the manhole cone shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material, Trowelable EZ-STIK #3 as manufactured by Press -Seal Gasket Corporation, or equal, in accordance with the manufacturer's specifications. A. protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame to the manhole. Trowelable bitumastic gasket material is not required if no grade adjustment rings are used. 3. When grade adjustment rings are placed on the manhole structure to obtain proper grade, no more than 18 vertical inches from the top of the frame to the top of the manhole cone may be used. J. All precast manhole sections shall have the exterior coated with two mop coats of coal tar epoxy, Kop Coat "Bitumastic Black Solution," Tnemec, "46-450 Heavy Tnemecol," Carboline "Bitumastic 300M," or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. K. REJECTION OF PRECAST MANHOLE SECTIONS Precast reinforced concrete manholes, risers and tops shall be subject to rejection for failure to conform to any of the following specification requirements: 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint; 2. Defects that indicate imperfect proportioning, mixing and molding; 3. Surface defects indicating honeycombed or open texture; 4. Damaged ends, where such damage would prevent making a satisfactory joint; 3300.doc 4 5. Infiltration into manhole exceeding allowed limits; 6. The internal diameter of the manhole section shall not vary more than one (1) percent from the nominal diameter; 7. Not clearly marked date of manufacturer, trade name, size designation part number, and ASTM number; 8. Having a deviation more than 1/4" from the straight edge at any point across the top of manhole cone section or riser ring; and/or 9. Having any visible steel bars along inside or outside surface of the manhole except for reinforcement stirrups or spacers used to position the cage during manufacture. 2.06 CORROSION PROTECTION A. Manholes located on 15 -inch and larger sewer lines shall be epoxy coated on the interior. B. Manholes on sewer lines within 100 feet of a 15 -inch and larger sewer line shall be epoxy coated on the interior. C. The products shall only be applied by personnel thoroughly familiar with handling of the coating material, and in accordance with the manufacturer's specifications, recommendations and requirements. Raven Ultra High -Build Epoxy Coating, designated as Raven 405, with an average thickness of 100 mils and a minimum thickness of 80 mils. 2. Warren Environmental Systems, designated as S-301, with an average thickness of 100 mils and a minimum thickness of 80 mils. 3. All epoxies shall meet the following minimum requirements: Flexural Strength ASTM D790 6,000 psi Compressive Strength ASTM D695 8,000 psi Tensile Strength . ASTM D638 4,000 psi Tensile Elongation ASTM D638 4% Adhesion ASTM D4541 Concrete Substrate Failure D. Any damage to an epoxy system on existing manholes shall be repaired by the City at the expense of the contractor. 3300.doc 5 2.07 MANHOLE DROP A. Drop on the outside of the manhole: Concrete encased PVC pipe and fittings as specified in Section 3000 — Pipe, Fittings, and Materials. 2.08 STANDARD MANHOLE FRAME AND COVER A. Cover must have the words FAYETTEVILLE ARKANSAS SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include two closed pick holes in top side of cover. B. Minimum combined weights of the manhole frame and cover is 260 pounds. Minimum cover weight is 120 pounds. Minimum frame weight is 140 pounds. C. All castings shall be cast with the approved foundry's name, manufacturing foundry mark, part number, and production date in mm/dd/yy format. All castings shall be manufactured in the USA and shall be clearly marked "Made in USA." D. All castings: Free from porosity, blowholes, hard spots, shrinkage, distortion and other defects; smooth and well cleaned by sandblasting; manufactured true to pattern. E. Frame and cover dimensions: Refer to Standard Detail Drawings. Final casting dimensions may vary one-half the maximum shrinkage possessed by the metal or no more than +/-1 /16 inch per foot. F. Cover and frame bearing surface: smooth finish, non -rocking design or machined bearing surfaces to prevent rocking and rattling under traffic. G. Cast Iron: ASTM A 48, Class 35B. H. Ductile Iron: ASTM A 536, Grade 80-55-06. 2.09 HINGED AND GASKETED MANHOLE FRAME AND COVER A. Manhole frame shall be cast or ductile iron. Manhole cover shall be ductile iron. Seal shall be by replaceable t -gasket. B. Cover must have the words FAYETTEVILLE ARKANSAS SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include one pickbar in top side of cover. C. Hinged and gasketed manhole frame and cover shall open to 120°, remove at 120°, and have a safety stop at 90°. 3300.doc 6 D. All castings shall be cast with the approved foundry's name, manufacturing foundry mark, part number, and production date in mm/dd/yy format. All castings shall be manufactured in the USA and shall be clearly marked "Made in USA." E. All castings: Free from porosity, blowholes, hard spots, shrinkage, distortion and other defects; smooth and well cleaned by sandblasting; manufactured true to pattern. F. Frame and cover dimensions: Refer to Standard Detail Drawings. Final casting dimensions may vary one-half the maximum shrinkage possessed by the metal or no more than +/- 1/16 inch per foot. G. Cover and frame bearing surface: smooth finish, non -rocking design or machined bearing surfaces to prevent rocking and rattling under traffic. H. Cast Iron: ASTM A 48, Class 35B. I. Ductile Iron: ASTM A 536, Grade 80-55-06. J. Frame shall be anchored to themanhole cone per standard detail. 2.10 MANHOLE STEPS Manhole steps shall NOT be installed in any manholes. 2.11 RUBBER WATERSTOP GASKETS Waterstop gaskets shall be required at ALL manhole connections. Manhole seals shall be concrete manhole adapter by Femco, A-Lok, or approved equal. 2.12 MANHOLE RISER RING Manhole riser rings shall be compatible with the size and type of manhole cover with which it will be used. 2.13 RAIN STOPPERS (MANHOLE INSERT) Rain stoppers shall be installed in ALL manholes that are not gasketed. A. Polyethylene Insert 1. The manhole insert shall be of corrosion -proof high density polyethylene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III with a minimum impact brittleness temperature of -180°F. 3300.doc 7 2. The minimum thickness of the manhole insert shall be 3/16". 3. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing with the ends treated to , prevent unraveling, Stainless steel hardware shall be used to securely attach strap to the insert. 4. The manhole insert shall have one or more vent holes or valves to release gases and allow water inflow at a rate no greater than 5 gallons per 24 hours. The valve shall be installed by the manufacturer at the factory. 5. There shall be a minimum 5 -year warranty on all parts of the insert. 6. The insert shall have proof of durability in traffic impact loads and shall have an Engineer certified proof test passing H-20 loading. B. Stainless Steel 1. Stainless steel inserts shall be installed at locations with pipe size diameters of outfalls 15 inches or greater and as directed by the Engineer. 2. The manhole insert shall be as manufactured by Inflow Systems, Inc., Largo, Florida or approved equal. 3. Insert shall be 304 stainless steel. PART 3- EXECUTION 3.01 MANHOLES - GENERAL A. Perform excavation and prepare base area in accordance with Section 2300 - Excavation, Backfilling, and Compacting. B. Never install base in a water filled excavation. C. Place base per the Standard Detail Drawings and Section 3600 - Cast -in -Place Concrete. Extend base a minimum of six inches beyond finished sides of manhole. D. Extend all pipes entirely through the manhole wall so that a joint occurs no closer than 24 inches outside the manhole wall. E. Pipe installed for future extensions shall have one full joint of pipe installed. F. After manhole is constructed, wait no less than 48 hours, then backfill per Section 2200 - Excavation, Backfilling, and Compacting. 3300.doc 8 3.02 CAST -IN -PLACE MANHOLES A. Dimension and layout: Per City of Fayetteville Detail Drawings and Tables. The top section or cone must be concentric with the barrel unless otherwise noted. B. The frame shall be set in accordance with City of Fayetteville Details. C. Install rubber waterstop gaskets in the walls around all pipes. D. Interior finish: Smooth, free of fins or sharp edges. E. Invert to be constructed in accordance with City of Fayetteville Details. The bench wall shall be formed to the crown of the inlet and outlet pipes to form a "U" as shown in the Standard Details. F. Care should be taken to prevent the end of the pipe from deflecting, due to loads imposed by the weight of the concrete. G. Construction. joints ' on manholes of excessive depth shall be connected with reinforcement approved by the Engineer. 3.03 PRECAST MANHOLES A. Dimension and layout: Per City of Fayetteville Detail Drawings. The top section or cone must be concentric with the barrel unless otherwise noted. B. The bottom section for pre -cast manholes shall be manufactured as an integral part of the manhole base slab. C. Install remaining sections in a truly vertical plane. D. Fill space between pipe and periphery of cutout on the interior of the manhole with non -shrink grout from the bottom of the invert to the spring line of the sewer pipe (1/2 pipe depth). E. Grout joints between sections, interior only. F. Interior finish: smooth, free of fins or sharp edges. G. Invert to be constructed in accordance with City of Fayetteville Details. The bench wall shall be formed to the crown of the inlet and outlet pipes to form a "U" as shown in the Standard Details. H. Grout and/or plug lifting holes for manholes. I. All manhole joints shall be sealed with an external joint wrap material. 3300.doc 9 3.04 DROP MANHOLES A. Install a drop manhole when the vertical difference between the pipe entering and leaving the manhole exceeds two (2) feet. B. Construct manhole base, barrel, and top per the requirements for cast -in -place or pre- cast manholes. C. Construct drop of PVC pipe and fittings per Standard Details. D. Encase the pipe and fittings in Class A or B concrete as per Standard Details. 3.05 MANHOLE FRAME AND COVER A. Set the manhole frame in Class B concrete as shown on the Standard Details as an integral part of the manhole construction. B. Set manhole frame and cover top level and to the elevation shown on the Drawings. In public rights -of -way, set the ring and cover flush with pavements, sidewalks, or other paved surfaced areas. 3.06 MANHOLE INVERT A. Invert depth at the flow line: the same as the pipe diameter. B. In curved inverts, make curves with the longest possible radius to facilitate smooth flow and the insertion of cleaning and televising equipment. C. Invert shape: U-shaped, full depth to crown of pipe. D. Invert materials and finish: Class B Concrete, smooth finish. E. Invert grade: Constant, smooth grade; no offsets. F. Bench: Slope grout upward from the edge of the invert to the manhole wall. G. Form a flow channel in the bench for any services stubbed into manhole. Form invert and finish per above. H. Cut the upper half of any pipe extending inside the manhole wall flush with the wall. Smooth rough edges with grout. 3300.doc 10 3.07 MANHOLE REPAIRS A. Make all repairs in accordance with these specifications. B. Use manhole grout in patching around new taps. C. Plaster all brickwork with mortar. 3.08 MANHOLE RISER RING A. Manhole riser rings may be used to raise manhole covers to grade. B. The throat section height shall not exceed 18 inches. The throat section shall be defined as the distance from the bottom of the integral cast manhole ring to the top of the manhole cover. 3300.doc 11 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3300 3300.doc 12 SECTION 3400 UTILITY LINE BORES . . PART 1- GENERAL 1.01 WORK INCLUDED A. Provide encasement pipe jacked through bored tunnel for crossing of utility pipe lines under roadways where shown in the Contract Documents. B. Pulling or jacking carrier pipe through encasement pipe. C. Providing synthetic end seals at ends of encasement pipe. 1.02 RELATED WORK Section 3100- Sanitary Sewer Pipelines 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A139 Specification for Electric -Fusion (Arc) - Welded Steel Pipe (sizes 4" and over). 2. ASTM A21 I Specifications for Spiral -welded Steel or Iron Pipe. B. American Welding Society (AWS): 1. AWS D1.1 Structural Welding Code. PART2-PRODUCTS 2.01 MATERIALS A. Encasement pipe: Smooth wall steel pipe conforming to ASTM A139 (Grade B), ASTM A211, 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. C. Sand: Clean, industrial sand, concrete sand, masonry sand, or other type approved by Engineer. 3400.doc 1 D. Grout: Cementitious grout shall consist of a preblend of lightweight aggregate, cement, fly ash and admix to prevent segregation and promote expansion upon setting. Loose bulk density for the dry mix materials shall be 30 to 35 pounds per cubic foot. Grout shall equal or exceed Strong -Seal Grout 250 - Product Code 2133 and shall be packaged in 2 cubic foot bags. E. Flowable Fill: Flowable fill shall conform to Section 206 — Flowable Select Material of the Arkansas State Highway and Transportation Department's Standard Specifications for Highway Construction, latest edition. F. Casing Spacers: Shall be stainless steel, Cascade Model CCS as manufactured by Cascade Waterworks Mfg. Co., or approved equal. G. 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. The encasement pipe shall be capable of supporting all traffic and earth loads. The Contractor shall submit design calculations supporting the selection of the encasement pipe thickness used. B. Minimum thickness for encasement shall be as follows: Diameter of Casing Pipe 12" OR LESS OVER 12" — 18" OVER 18"-22" OVER 22" -- 28" OVER 28" — 34" OVER 34" — 42" OVER 42"-48" Minimum Thickness .2500" .3125" .3750" .4375" .5000" .5625" .6250" B. When boring under railroad right-of-way, minimum thickness shall be determined by railroad standards. PART 3- EXECUTION 3.01 EXCAVATION A. Highway Bore: Do not set up equipment or begin excavating pit on state highway without permission of Arkansas Highway and Transportation Department District Engineer or his authorized representative. 3400.doc 2 B. Railroad Bore: Do not set up equipment or begin excavating pit on or near railroad property without permission of the respective railroad company. C. Highway and railroad permits will be obtained by the City. Contractor shall coordinate with City on obtaining Right-of-way permit from railroad and shall conform to all requirements there in. 3.02 INSTALLATION, 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. B. Bores: 1. Excavate pits and trenches required at each side of crossing to minimum width and length necessary for boring and jacking operation and carrier pipe installation. 2. Carefully set steel guide rails in pit to attain specified grade and alignment. 3. Keep pit pumped free of standing water. Maintain pit 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. 5. Bore tunnel and simultaneously jack encasement pipe forward one section at a time. Connect sections by full penetration butt welding performed in accordance with AWS Dl. 1. 6. Remove excavated soil from boring operation as it enters pit and dispose of it offsite. 7. Voids between the encasement pipe and the surrounding soil shall be pressure filled with grout. C. Open -Cut: 1. Encasement pipe for open cut construction shall be installed such that the carrier pipe will be installed along the line and grade as shown on the drawings. 2. Polyethylene wrap in tube or sheet form conforming to the requirements of ANSI/AWWA C105/A21.5. The encasement pipe shall be double wrapped. 3400.doc 3 3.03 INSTALLATION, CARRIER PIPE A. Joint pipe as specified in Section 3100 - Sanitary Sewer Pipelines. Pull or jack carrier pipe through encasement pipe. Do not allow cables or jacks to be in direct contact with carrier pipe while pulling or jacking pipe. Use timber or padded steel member. B. A minimum of two casing spacers shall be installed on 13 -foot pipe joints. A minimum of three casing spacers shall be installed on 20 -foot pipe joints. One casing spacer shall be installed at the "stop line" of the spigot end of the pipe. C. All carrier pipe installed through the encasement shall be fully restrained. Over - belling of the carrier pipe shall be prevented. 3.04 BACKFILL A. Prior to backfill, seal ends of encasement pipe with and end seal as shown in the Standard Details. B. Use material excavated from pit. C. Backfill against ends of encasement pipe. D. Backfill pit and carrier pipe in same manner as specified in Section 3100 - Sanitary Sewer Pipelines. 3.05 CLEANUP Clean up ground surface around work area in same manner as specified for line work in Section 2300 - Excavation, Backfilling and Compacting. END OF SECTION 3400 3400.doc 4 SECTION 3600 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers cast -in -place concrete materials, reinforcing steel, forms, and finishing in conjunction with sanitary sewer pipeline construction. B. Use Class B Concrete in all manholes and other structures, C. Use Class A Concrete for bedding and blocking only. 1.02 RELATED WORK A. Section 2300 - Excavation, Backfilling, and Compacting B. Section 3100 - Sanitary Sewer Pipelines C. Section 3200 - Sanitary Sewer Service Lines D. Section 3300 - Manholes E. Section 6000 - Pavement Repair 1.03 QUALITY ASSURANCE Not used. 1.04 SUBMITTALS Submit mix design, equipment details, and vendor name for field batched concrete. 1.05 REFERENCES Not used. 3600.doc 1 PART2-PRODUCTS 2.01 CONCRETE A. Concrete: composed of Portland Cement; fine and coarse aggregate; water; and, an air entraining agent. Provide either Class A concrete or Class B concrete as described below. B. For Class A and Class B concrete use ready -mixed concrete; conform to ASTM C 94, latest edition; deliver and place within one hour after all materials have been placed in the mixing drum. C. Proportion components, except water, by weight. Water may be measured by volume. One sack of Portland Cement consists of one cubic foot or 94 pounds. Proportion components to meet these requirements: 1. Class A Concrete: a. . - Minimum sacks of cement per cubic yard: five and one half (5.5) b. Maximum net water content per 94 lb. bag of cement: 6.5 gallons c. Slump range: 1 -4 inches d. Minimum 28 day compressive strength: 3,500 PSI e. Air Content: 4 -7 percent 2. Class B Concrete: a. Minimum sacks of cement per cubic yard: six and one half (6.5) b. Maximum net water content per 94 lb. bag of cement: 6.5 gallons c. Slump range: 1 -4 inches d. Minimum 28 day compressive strength: 4,000 PSI e. Air Content: 4 -7 D. Cement: Portland Cement conforming to AASHTO M 85, Type I. Use Type III cement ( high early strength) only if approved by the Engineer. E. Fly ash: 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. 3600.doc 2 F. Water: potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter and dirt. G. Air entraining agent: use in all Class A and Class B concrete as required; conform to AASHTO M 154; add to the mixing water in solution; proportion to provide four (4) to seven (7) percent air in the concrete. H. Fine aggregate: clean, hard, durable particles of natural sand free from injurious amounts of organic impurities; conform to the gradation requirements of AASHTO T 27. 1. Coarse aggregate: clean, hard and durable crushed stone or washed gravel; reasonably well graded from course to fine; per AASHTO T 27. 2.02 REINFORCING STEEL A. Steel bars: deformed, conforming to ASTM A 615 or A 617. B. Steel wire: conform to ASTM A 82, Cold -Drawn Steel Wire for Concrete Reinforcement. C. Wire mesh: conform to ASTM A 185; gauge and mesh per plans. D. Submit reinforcing steel bars shop drawings for approval. E. All steel reinforcement: free from rust, scale, mortar, dirt, or other objectionable coatings. PART 3- EXECUTION A. Perform excavation per Section 2300 - Excavation, Backfilling, and Compacting. B. Build forms neat, square, and flat so concrete will have smooth finish when forms are pulled. Construct forms to provide finished concrete to dimensions shown on plans. C. Place reinforcing steel accurately in accordance with details shown on the plans and properly secure in position. D. Vibrate all structural concrete as it is placed using internal vibrators capable of transmitting vibration to the concrete at frequencies not less than 4,500 impulses per minute. Do not use form vibrators. Limit vibration to provide satisfactory consolidation without causing segregation. Do not insert vibrator more than six (6) inches into the lower courses previously vibrated. Use vibrators in a 3600.doc 3 substantially vertical position; insert at uniformly spaced points no farther apart than the visible effectiveness of the vibrator. E. Allow concrete to cure for at least 48 hours before stripping forms. If concrete is in a structural member, do not remove forms until the concrete can withstand safely all superimposed loads. F. On all exposed surfaces, including the inside surface of manholes, remove all fins and projections so the surface is smooth. Cut out and fill with grout any honeycombed areas. Extensive honeycombing is not allowable. END OF SECTION 3600 3600.doc 4 SECTION 5000 PIPELINE CLEANING PART 1- GENERAL 1.01 WORK INCLUDED A. This Section covers the cleaning of sanitary sewer lines. 1.02 RELATED WORK A. Standard Detail Drawings B. Section 3100 - Sanitary Sewer Pipelines C. Section 3200 - Sanitary Sewer Service Lines D. Section 3300 - Manholes . E. Section 5100 - Pipeline Television Inspection 1.03 SUBMITTALS The Contractor shall submit for approval manufacturer's brochures and specifications for his proposed cleaning equipment. The equipment and methods selected for cleaning shall be approved by the Engineer. 5000.doc 1 PART 2- PRODUCTS 2.01 EQUIPMENT A. Equipment selected for cleaning shall be of a type generally recognized by the trade for the purpose being used and that has proved satisfactory. The equipment shall be capable of removing all roots, dirt, grease, rock and other deleterious material and obstructions from the sewer lines and manholes that would prevent efficient use of the inspection equipment. 1. Hydraulic cleaning equipment shall be of a movable dam type and shall be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. Sewer cleaning balls or other such equipment which cannot be collapsed instantly will not be considered acceptable cleaning equipment. The moveable dam shall be of the same diameter as the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure total removal of grease. If a line segment is found to be completely stopped up or plugged or heavily intruded with roots, then a mechanical root cutter shall be used. 2. High velocity hydro -cleaning equipment shall be truck mounted for ease of operation. The equipment shall have minimum of 600 feet of 1 inch I.D. high pressure hose with a selection of two or more high velocity nozzles. The nozzles shall have a capacity of 60 GPM at a minimum working pressure of 1000 pounds per square inch (psi). The nozzles shall be capable of producing a scouring action from 15 degrees to 45 degrees in all size lines designated to be cleaned. Equipment shall also have a high velocity gun for washing and scouring manhole walls and floor. The equipment shall carry its own water tank capable of holding corrosive or caustic cleaning or sanitizing chemicals, auxiliary engines, pump and a hydraulically driven hose reel. All controls shall be located so that equipment can be operated above ground with minimal interference to traffic and/or danger to the operator. 3. Mechanical cleaning equipment shall be used to remove heavy accumulations of silt, sludge, etc., and roots. Bucket machines shall be operated in pairs with each machine powered by an engine with a minimum of 16 horsepower (HP) to ensure sufficient pulling power. Machines shall be capable of operating at least two speeds to match job conditions. Sufficient accessories and tools shall be furnished to accomplish the required cleaning in a complete and efficient manner. 4. Power rodding machines shall be of a continuous rod type, capable of holding a minimum of 1000 feet of rod. The rod shall be specifically treated steel. The machine shall have a positive rod drive and produce a 5000.doc 2000 pound rod pull. To insure safe operation, the machine shall have a fully enclosed body and an automatic safety throw -out clutch. 5. Cleaning equipment shall be provided that includes an air conveying vacuum system to provide for the simultaneous removal of the debris flushed to the manhole. 6. A temporary debris catcher, as approved by the Engineer, shall be used in the downstream manhole. See Standard Detail Drawings. 2.02 PERSONNEL Contractor personnel shall be thoroughly familiar with all phases of sewer line cleaning to insure satisfactory end results without causing damage to the sewer lines or adjacent property. PART 3- EXECUTION .3.01 :CLEANING EQUIPMENT A. Since the success of related work depends a great deal upon the cleanliness of the lines, the importance of the cleaning operation cannot be too strongly emphasized. The equipment selected for cleaning shall be capable of removing all dirt, grass, rocks and other deleterious materials from the sewer lines and manholes. Particular emphasis is placed on the removal of grease accumulations so that cracks and breaks can be observed during television inspection and so that joints can be isolated during testing and sealing operations. B. The Contractor shall make an inspection of the lines to be cleaned in order to determine the type of cleaning equipment that is required. It is anticipated that hydraulic cleaning will be adequate for most of the line segments. 3.02 CLEANING REQUIREMENTS A. Prior to inspection, the designated sewer lines, as shown on the project drawings, will be thoroughly cleaned as specified below: The sewer lines shall be cleaned by using standard mechanically powered or hydraulically propelled cleaning tools or combinations thereof, such as rodding machines, boring machines, hydraulic balls, cones, ferrets, or other similar devices. 2. All roots, sludge, dirt, sand, rock, grease and other solid or semi -solid material resulting from the cleaning operations shall be removed at the downstream manhole without passing the material from section to section, which could cause stoppage of the lines or accumulation in the wet well 5000.doc 3 and damage to pumping equipment. When cleaning equipment is used, a debris catch riser as shown in the standard details shall be used in the downstream manhole so that both solids and water shall be trapped. All solids or semi -solids resulting from the cleaning operations shall be removed from the site and disposed of at no additional cost to the City of Fayetteville. It the responsibility of the Contractor to secure a legal dump site for the disposal of this material. 3. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. Whenever hydraulically propelled cleaning tools, which depend upon water pressure to provide their cleaning force or any tools which retard the flow of water in the sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole section involved. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. When additional quantities of water from fire hydrants are necessary to• avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed or used when there is a fire in the area. Before using any water from the City water supply system, the Contractor shall apply for and receive permission from the City of Fayetteville. The Contractor shall be responsible for the water meter and related charges for the set up, including the water usage bill. All expenses shall be considered incidental to cleaning. 4. UNDER NO CIRCUMSTANCES SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. END OF SECTION 5000 5000.doc 4 SECTION 5100 PIPELINE TELEVISION INSPECTION PART 1- GENERAL 1.01 WORK INCLUDED A. All new sewer lines constructed shall be inspected via internal television inspection. B. This section covers the television inspection of sanitary sewer lines. The inspection of each line shall be by a television (TV) camera especially designed to accurately show the condition of the lines from the interior and with the ability to pinpoint the locations of line faults and necessary repairs. 2. A sewer line joint means . the junction of two adjacent lengths of sewer pipe, and a fault is any crack too small to warrant pipe replacement. The term "manhole section" as used in these specifications shall mean the length of pipe connecting two manholes. 1.02 RELATED WORK A. Section 3100 - Sanitary Sewer Pipelines B. Section 3200 - Sanitary Sewer Service Lines C. Section 5000 - Pipeline Cleaning 1.03 SUBMITTALS The Contractor shall submit for approval manufacturer's brochures and specifications for proposed TV equipment. 5100.doc 1 1.04 INSPECTION A. Immediately upon cleaning the sewer line in one location, it shall be televised to determine the condition of the line and location of existing service connections, etc. B. The sewer lines shall be visually inspected by TV camera. The section being inspected shall be suitably isolated from the remainder of the sewer line as necessary. C. The camera shall be moved through the line in either direction at a uniform slow rate not to exceed 60 feet per minute, by means of cable winches, or similar mechanisms. Under no circumstances shall the camera be tethered to a hydraulically propelled or high -velocity jet cleaning device while the cleaning device is on. D. The camera shall stop at each service connection and provide a view up the service line. E. Telephone, or similar suitable means of communications, shall be set up between the two winches, the pumping unit and the monitor control. F. Under certain conditions, it may be impossible for inspection equipment to pass through a manhole section due to damaged pipe or other obstructions not correctable by internal methods. In such cases, the Engineer will be notified. G. TV inspection will be done one manhole section at a time and the flow in the section being inspected will be suitably controlled. Sewer flow will not exceed those shown below as measured in the manhole: 6" - 10" Pipe 1 inch 12" - 14" Pipe 2 inches 14" - 24" Pipe 3 inches Over 24" Pipe 4 inches H. The Contractor will make all provisions for pumping or bypassing the flow around the manhole section and the cost shall be incidental to TV inspection. Contractor shall not be allowed to float the camera unless permitted by the Engineer. It is possible that some sections of the sewer line cannot be televised; therefore, house or building connection lines will have to be located on the ground by the Contractor. All cost for locating these service lines shall be included in the cost bid for house or building service line reconnection. 5100.doc 2 PART 2- PRODUCTS 2.01 TELEVISION INSPECTION EQUIPMENT A. The television camera and monitoring equipment shall be specifically designed and constructed to perform the work as specified. The camera shall be operative in conditions of 100% humidity and/or under water. The camera shall be small enough to pass through a 6 inch diameter sewer and shall be waterproof with a self contained lighting system capable of producing enough light to produce clear, bright, sharp pictures on the monitor. The lighting and camera quality shall be suitable to allow a clear, in focus picture of a minimum of 6 linear feet of the entire inside periphery of the sewer pipe. Picture quality and definition shall be to the satisfaction of Engineer; otherwise, the equipment shall be removed from the line without pay. B. The monitor shall be located within a temperature controlled television unit that will accommodate three people to watch the sewer line inspection. The monitor will have a 12 -inch minimum viewing screen. The Engineer will have access to view the television monitor at all times. PART 3- EXECUTION 3.01 TELEVISION INSPECTION BY THE CONTRACTOR A. The Contractor shall furnish video media of the lines televised to the Engineer for review and comments, which may require up to thirty (30) calendar days from the date submittal to the City. The video media shall be DVD format. Each video media shall be permanently labeled with the following information furnished: Project Job Number 2. Manhole to Manhole Designation 3. Name of Contractor 4. Date Televised B. The following information shall be recorded and visible onscreen for 10 seconds immediately before the start of televising each line segment: Project Job Number 2. Manhole to Manhole Designation (Number, Pipe Material, Size of Line, and Direction of Televising) 3. Name of Contractor 5100.doc 4. 5. 6. Date Televised Street and or Easement Location Drawing Sheet Number C. A continuous uninterrupted recording of distance from the insertion manhole shall be visible at the lower left corner of the screen at all times during inspection. D. The following information shall be provided in hard copy to accompany each tape: 1. Project Job Number 2. Name of Contractor 3. Date Televised 4. Street or Other Location 5. Upstream Manhole Designation 6. Downstream Manhole Designation 7. Pipe Material 8. Pipe Diameter 9. Direction of Televising (Downstream or Upstream) 10. Continuous Time Log Designating Start and Finish of Each Line Segment Televised. Time shall begin at Ohr 0min Osec at the beginning of each tape. 11. Location of Service Connections E. Media will become the property of the City. If the video is of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor will be required to retelevise and provide a good video of the line at no additional cost to the City. END OF SECTION 5100 5100.doc 4 SECTION 5200 INSPECTION AND TESTING OF SANITARY SEWER PIPELINES, MANHOLES, AND SERVICE LINES PART 1- GENERAL 1.01 WORK INCLUDED This section covers the inspection and testing of pipelines, manholes, and service lines. Testing is required before final acceptance of pipelines and service lines by the City. 1.02 RELATED WORK A. Section 3000 — Pipe, Fittings, and Materials B. Section 3100 - Sanitary Sewer Pipelines C. Section 3200 Sanitary Sewer Service Lines D. Section 3300 - Manholes E. Section 5100 - Pipeline Television Inspection 1.03 SCOPE OF WORK All pipelines shall be inspected and tested before final acceptance. The methods to be used are as follows: A. New Gravity Sewer Pipelines 1. Visual inspection during installation and before backfill. 2 Low pressure air test. 3. Television inspection. 4. Mandrel test (Flexible pipes only) 5. Final Visual Inspection 6. Infiltration/exfiltration 7. Tracer wire continuity test. 5200.doc 1 B. Manholes Visual inspection during installation and before backfill. Vacuum testing. Exfiltration test. Final Visual Inspection. C. Replacement Pipelines and Point Repairs 1. Visual inspection during installation and before backfill. 2. Low pressure air test/exfiltration, infiltration. 3. Television inspection. 4. Mandrel test (Flexible pipes only). 5. Final Visual Inspection. D. Force Mains 1. Visual inspection during installation and before backfill. 2. Hydrostatic pressure test. E. Service Lines 1. Visual inspection during installation and before backfill. 2. Low pressure air test. 3. Exfiltration test. 1.04 DELIVERABLES A. The Engineer shall provide a complete and comprehensive testing report summary complete with all inspection and testing dates and results. PART 2- PRODUCTS Not Used. 5200.doc 2 PART 3- EXECUTION 3.01 VISUAL INSPECTION DURING INSTALLATION AND BEFORE BACKFILL The Engineer shall be responsible for inspecting pipelines, manholes, and service lines during all phases of construction. The Engineer shall provide full time inspection services. All work not conforming to these specifications that is discovered during this inspection phase will be corrected by the Contractor. 3.02 PRESSURE TEST FOR GRAVITY SEWER PIPELINES A. The Contractor will perform pressure tests on all gravity sewer pipelines. B. Lines will not be accepted until they pass all required tests. C. Perform the tests in the presence of the City representative. Provide at least 48 hours notice before beginning testing. D. The primary test method is the Low Pressure Air Loss test. 3.03 LOW PRESSURE AIR LOSS PROCEDURE FOR GRAVITY SEWER PIPELINES A. Plug all pipe outlets with suitable test plugs. Brace each plug securely. B. Pipe air supply to pipeline to be tested so that air supply may be shut off, pressure observed, and air pressure released from the pipe without entering the manhole. Install a valved branch in the supply line past the shut-off valve terminating in a 1/4" female pipe thread for installation of the test gauge. C. Add air slowly to portion of pipe under test until test gauge reads at least 4 psig, but less than 5 psig. D. Shut air supply valve and allow at least two minutes for internal pressure to stabilize. E. The pressure shall then be decreased to 3.5 psig. F. Upon reaching 3.5 psig, the time in minutes.seconds for the pressure to fall 1 psig so that pressure at the end of time of the test is at least 2.5 psig shall be observed. G. Compare observed time with minimum allowable times in the following chart for pass/fail determination. 5200.doc 3 TEST CHART FOR AIR TESTING SEWERS Leakage Testing of Sewers by Low Pressure Air Loss (Time Pressure Drop Method) Table 1 - Minimum Test Times in Minutes.Seconds for I psig drop 3.5 si to 2.5 psig) Distance Between Manholes Nominal Pipe Diameter (inches) 8 10 12 15 18 21 24 30 36 42 100 7.33 9.26 11.20 14.10 17.00 19.49 22.47 35.36 51.17 69.48 150 7.33 9.26 11.20 14.10 17.00 26.1 34.11 53.25 76.55 104.42 200 7.33 9.26 11.23 17.48 25.38 34.54 45.35 71.13 102.34 139.36 250 7.33 9.53 14.14 22.15 32.03 43.37 56.59 89.02 128.12 174.3 300 7.35 11.52 17.05 26.42 38.27 52.21 68.22 106.5 153.51 209.24 350 8.51 13.51 19.56 31.09 44.52 61.04 79.46 124.39 179.29 244.19 400 10.07 15.49 22.47 35.36 51.17 69.48 91.10 142.27 205.08 279.13 450 11.23 17.48 25.38 40.04 57.41 78.31 102.34 160.16 230.47 314.07 500 12.39 19.47 28.29 44.31 64.06 87.15 113.58 178.04 256.25 349.01 550 13.55 21.45 31.20 48.58 70.31 95.58 125.21 195.52 282.04 383.55 600 15.11 23.44 34.11 53.25 76.55 104.42 136.45 213.41 307.42 418.49 H. Where groundwater level is above the crown of the pipe being tested, increase test pressure at the rate of 1 psi for every 2.5 feet of water above the crown. 1. Air Testing Safety Requirements: Securely brace plugs used to close the sewer pipe for the air test; this is to prevent the unintentional release of a plug which can become a high velocity projectile. For example: four pounds (gauge) air pressure develops a force against the plug in a 12" diameter pipe of approximately 450 pounds; this force can propel a 12 -inch plug weighing 10 pounds to supersonic speeds. 2. Locate gauges, air piping manifolds, and valves at the top of the ground. Entry by anyone into a manhole where a plugged pipe is under pressure is strictly prohibited. 3.04 TELEVISION INSPECTION The Contractor shall televise all newly installed sewer mains as follows: A. Television inspection shall be performed no less than 30 -days after the pipe has been backfilled. Inspection shall be performed after mandrel testing, if applicable. 5200.doc 4 B. The Contractor shall clean all lines thoroughly prior to the start of televising. C. Prior to performing the video test, a 5 gallons of clean water per 100 feet of sewer line shall be poured down the sewer main in order to highlight low spots. D. The Contractor shall televise each segment of pipe. E. The Contractor shall review the video for possible defects in material or workmanship. F. The Contractor shall correct any defects discovered during the television inspection at the Contractor's expense. G. The Contractor shall deliver to the Engineer final video and logs after all defects have been repaired. 3.05 MANDREL TEST (FLEXIBLE PIPE ONLY) A. Mandrel testing shall be performed no less than 30 -days after the pipe has been backfilied. B. The maximum allowable pipe deflection is five (5) percent of the inside pipe diameter. C. Any sewer pipe which fails the mandrel test prior to final acceptance will not be accepted by the City until the defects are corrected. D. All mandrel tests shall be performed by the Contractor while observed by City personnel. 3.06 SUPPLEMENTAL MANDREL TESTING A. The City may at any time after final acceptance perform supplemental mandrel testing on pipelines constructed of flexible pipe material. These supplemental tests will be performed as detailed above with a maximum allowable long term deflection of five percent (5%). B. Any sewer pipe which fails the mandrel test prior to expiration of the maintenance bond will be corrected by the Contractor at the Contractor's expense. If the Contractor fails to correct these defects after a reasonable time, the City will correct the defects and file a claim with the bonding company. 5200.doc 5 3.07 FINAL VISUAL INSPECTION A. Upon completion of the above tests the Engineer will perform a final visual inspection of pipelines and manholes. B. A punch list of defects (including obvious running leaks) will be prepared and sent to the Contractor for correction at the Contractors' expense. 3.08 INSPECTION FOR SERVICE LINES A. All building sewer installations shall be inspected and approved by an authorized City inspector. B. Backfill may only be placed on the completed portions of a building sewer following inspection. No approval certificate shall be issued until all portions of a building sewer from the main connection to the building foundation have been inspected and approved by an authorized inspector. At the time of inspection, the pipe should be in place in the trench and "safed-up", but the top half of the pipe barrel exposed. No approval will be given for building sewers all or a portion of which are covered at the time of inspection. C. All building sewers are subject to testing to insure water tightness. All tests must be performed in the presence of the Engineer. Tests may be either by: 1. Water Loss Test Procedure; or, 2. Low Pressure Air Loss Procedure. D. If, in the opinion of the Engineer, the line in question is properly installed and free from open joints and breaks, building sewers constructed entirely of cast iron soil pipe may be connected to the city sewer without testing. E. Water Loss Test Procedure 1. Plug the section of line to be tested at the lower end and fill section with water so that at least four (4) feet of head is obtained. 2 The maximum acceptable water loss while so filled is not more than 100 gallons per twenty-four hours per inch of pipe diameter per mile of pipe. This is approximately 3/16 gallon for a one hundred (100) foot long section of four (4) inch pipe tested thirty minutes. 5200.doc 6 F. Low Pressure Air Loss Procedure 1. Plug securely both ends of the line to be tested. 2. Charge the line with air to a pressure of 4.5 psig. 3. Allow at least five minutes for the temperature in the pipe to stabilize. 4. Measure the time required for a one (1.0) psi drop in pressure. 5. The minimum time for a one psi loss is 28.5 x d seconds where d = the nominal diameter in inches of the pipe being tested. 3.10 PRESSURE TEST FOR FORCE MAINS A. Perform hydrostatic leakage tests for force mains by filling the force main with water and increasing the pressure to a testing pressure of 150% of the working pressure with a minimum of 100 psi. B. The duration of the leakage test shall be two hours or as specified by the Engineer. C. The force main will not be accepted until the actual leakage is equal to or less than the allowable. In addition, all obvious leaks shall be repaired. D. The allowable leakage rate per hour for ductile iron, PVC, or concrete pipe shall be calculated by the following formula: L=NDxP'5 7400 L = Allowable Leakage (gallons per hour) N = Number of Joints in Pipeline Tested D = Nominal Diameter (inches) P = Test Pressure (psi) 3.11 MANHOLE TESTING A. The Contractor shall vacuum test all new manholes constructed. B. Precast manholes shall be vacuum tested prior to backfill. C. The Contractor shall vacuum test all manholes that have been sealed (waterproofed). 5200.doc 7 D. The Contractor shall vacuum test all manholes that have been epoxy lined. E. Manholes shall be tested in accordance with ASTM C 1244, latest edition. Vacuum test shall not be performed earlier than 7 days after construction for cast in place manholes. The Contractor shall provide all testing equipment, pump, hosing, seal, and other incidentals. Vacuum test head shall be positioned at the top of the casting (the surface on which the manhole cover rests, to include grade rings) in accordance with the equipment manufacturer's instructions. A vacuum of 10 -inches of mercury shall be drawn and the vacuum pump isolated by the shut-off valve on the test head connection. When valve is closed, time measurement shall commence, and the time required for vacuum drop to 9 -inches of mercury shall be observed and recorded. Manholes shall pass if the time for the vacuum reading to drop from 10 -inches of mercury to 9 -inches of mercury meets or exceeds the time values in seconds in the following table. Table 2 - Minimum Test Times for Various Manhole Diameters (seconds) Depth feet Diameter (inches) 30 33 36 42 48 54 60 66 72 <10 11 12 14 17 20 23 26 29 33 10 14 15 18 21 25 29 33 36 41 12 17 18 21 25 30 35 39 43 49 14 20 21 25 30 35 41 46 51 57 16 22 24 29 34 40 46 57 58 67 18 25 27 32 38 45 52 59 65 73 20 28 30 35 42 50 53 65 72 81 22 31 33 39 46 55 64 72 79 89 24 33 36 42 51 59 70 78 87 97 26 36 39 46 55 64 75 85 94 105 28 39 42 49 59 69 81 91 101 113 30 42 45 53 63 74 87 98 108 121 F. Manholes showing greater than the allowable leakage shall be repaired and re- tested until a satisfactory leakage result is obtained. END OF SECTION 5200 5200.doc SECTION 6000 PAVEMENT REPAIR PART 1- GENERAL 1.01 WORK INCLUDED This section covers the materials and procedures used in the repair of roads, streets, or other public rights -of -way where a sewer line or structure is proposed. 1.02 RELATED WORK Section 2300 - Excavation, Backfilling and Compacting. 1.03 REGULATIONS AND STANDARDS A. All permanent repairs of streets, roads, or other public rights -of -way shall comply with the requirements shown on the Standard Detail Drawings and Tables. The Contractor is responsible for following the requirements of all local Ordinances, Regulations, or Codes governing the repairs to roads, streets, or other public rights of way. In particular: 1. Repair of State Highways: per requirements of the Arkansas State Highway Commission. 2. Repair of county roads: per requirements of the County Roads Department. 3. Repair of City of Fayetteville streets, sidewalks, and driveways: per the requirements of the City of Fayetteville 4. Permit for street cut and repairs shall be furnished by the Contractor. B. Temporary Repairs: Per requirements of the governmental agency having jurisdiction and these specifications. Must provide a minimum of a cold mix temporary patch. 1.04 TESTING, OBSERVATION, AND INSPECTION REQUIREMENTS A. Testing and inspection is required for pavement repairs in accordance with all local Ordinances, Regulations, or Codes governing the repairs. The inspection of street repairs shall be coordinated with the City of Fayetteville to ensure compliance with all applicable standards. 6000.doc 1 B. The Engineer shall provide a Construction Observer that will be on -site during the construction of pavement repairs. C. The Contractor shall provide an on -site representative that is qualified and experienced in job superintendence. If the Contractor's representative is not on - site, the Engineer may order all work be stopped until such time as the Contractor's superintendent returns to the job site. D. The Contractor shall provide at least 24 hours of advance notice for any concrete or asphalt placement. Unless otherwise specified, the Contractor shall 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 by the Contractor and coordinated with the Engineer. E. 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. PART 2- PRODUCTS 2.01 MATERIALS Per the applicable standards referenced above. PART 3- EXECUTION 3.01 ASPHALT PAVEMENT REPAIRS A. Asphalt pavement shall be replaced in accordance with details shown on the Drawings and all materials shall be furnished and installed in accordance with the Arkansas Highway and Transportation Department "Standard Specifications for Highway Construction." Before replacing paved surfacing, the existing pavement shall be cut, sawed, or trimmed along straight and vertical lines. The condition of the backfill and base course material, with special regard to the degree of compaction, may be checked and approved by the City of Fayetteville before any surfacing is replaced. B. All street repairs shall require a "tee" patch, a minimum of 2' wider than the trench width in accordance with the Standard Details. C. Trenches shall be backfilled with Class 7 base material compacted to 95% Modified Proctor Density. 6000.doc 2 D. Before placement of new surface material, all excess material shall be removed to a minimum depth of nine (9) inches. A minimum of six (6) inches of 3,500 psi concrete shall be placed within three (3) inches of the street surface. Before placing asphalt, the concrete and sides of the cut shall be primed with MC -30 at the rate of 0.3 gallon per square yard. E. Minimum thickness of asphalt surface replacement shall be three (3) inches, unless shown otherwise. Hot mix asphalt material shall be delivered to the site in covered vehicles, at 275 deg -F (minimum), and immediately spread to a thickness to match adjacent surfaces after rolling. Compaction shall be by steel -wheel roller to a smooth, uniform surface matching adjacent surfaces. E. Any settlement or failure of surface replacement shall be repaired or replaced by the Contractor. G. All pavement repairs shall be in accordance with the Standard Details. H. All pavement markings shall be restored to new conditions per the requirements of the governmental agency having jurisdiction. 3.02 CONCRETE PAVEMENT REPAIRS A. Concrete pavement shall be replaced in accordance with details shown on the Drawings and all materials shall be furnished and installed in accordance with the Arkansas Highway and Transportation Department "Standard Specifications for Highway Construction." Before replacing paved surfacing, the existing pavement shall be cut, sawed, or trimmed along straight and vertical lines. The condition of the backfill and base course material, with special regard to the degree of compaction, may be checked and approved by the City of Fayetteville before any surfacing is replaced. B. All street repairs shall require a "tee" patch, a minimum of 2' wider than the trench width in accordance with the Standard Details. C. Trenches shall be backfilled with Class 7 base material compacted to 95% Modified Proctor Density. D. Before placement of concrete street material, all excess material shall be removed to a minimum depth of eight (8) inches. A minimum of eight (8) inches of 4,000 psi concrete shall be placed to match the line and grade of existing street surface. E. Paved walkways disturbed or damaged in the process of construction shall be replaced in kind. Walkway shall be replaced to same width and thickness as original but in no case less than 4 -inches thick. Joint system in replacement shall be at same style and interval as that in the undisturbed walkway. 6000.doc F. Paved driveways disturbed or damaged in the process of construction shall be replaced in kind. Driveway shall be replaced to same width and thickness as original but in no case less than 4 -inches thick. Joint system in replacement shall be at same style and interval as that in the undisturbed driveway. G. All pavement repairs shall be in accordance with the Standard Details. H. All pavement markings shall be restored to new conditions per the requirements of the governmental agency having jurisdiction. 3.03 GRAVEL SURFACING A. Trenches shall be backfilled with Class 7 base material compacted to 95% Modified Proctor Density. B. Gravel surfacing shall be replaced to at least the compacted thickness of the original surface. All excavated material shall be removed from gravel surfaces affected by construction and sufficient new gravel material shall be placed to restore the original surfaced area. Minimum gravel thickness shall be three (3) inches: C. Gravel material for placement of "gravel" surfaced areas, shall be Class 7 material conforming to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition, and compacted to 95% Modified Proctor Density. 3.04 TEMPORARY SURFACING A. Comply with the requirements stated above or as otherwise approved to adequately maintain traffic and proper drainage. 3.05 TRAFFIC CONTROL A. Whenever traffic flow restrictions of any kind are anticipated, the Contractor will be required to contact the City of Fayetteville to be given permission to obstruct traffic flow. B. Street closing permits must be obtained from proper government agencies. C. Construction signs shall be placed immediately adjacent to the Work, at such locations as traffic demands. D. Contractor will be required to submit a barricade plan to City of Fayetteville and the Engineer. END OF SECTION 6000 6000.doc 4 SECTION 6100 LAWN AND GRASS RESTORATION PART 1- GENERAL 1.01 WORK INCLUDED A. This Section covers the replacement of sod in lawns disturbed by the construction. B. Consists of furnishing and applying fertilizer, seed, mulch cover, asphalt and water at all locations disturbed by the construction. C. Maintenance service. 1.02 RELATED WORK Section 2300 - Excavation, Backfilling, and Compacting 1.03 SCOPE OF WORK A. This Section covers the furnishing and placing of sod to form solid mats on areas shown on the Plans or seed and mulch areas disturbed by the Contractor. B. It covers the furnishing and applying of water. C. It covers the furnishing and placing of four (4) inches of topsoil on areas. D. It covers the furnishing and placing of fertilizer. E. All work shall be in accordance with details shown on the Drawings and within these Specifications. F. The Contractor is responsible for following the requirements of all local Ordinances, Regulations, or Codes governing re -vegetation and slope stabilization, 1.04 WARRANTY A. Provide one year warranty from date of final acceptance. B. Replace areas found dead, or not in a healthy growing condition. 6100.doc I PART2-PRODUCTS 2.01 TOPSOIL Topsoil shall be reasonably free from subsoil, clay, lumps, brush, objectionable weeds • and/or other litter and shall be free from roots and toxic substances or other material or substances that might be harmful to plant growth or be a hindrance to grading, planting • and maintenance operations. 2.02 FERTILIZER Fertilizer shall be a standard commercial product complying with State and Federal laws and with the requirements issued by proper authorities. A. Fertilizer shall be delivered to the site in the manufacturer's original container, on which shall be plainly marked the manufacturer's name and the guaranteed chemical analysis. B. Except as noted in the following sentence, fertilizer shall contain not less than the percentages by weight of ingredients as follows: Nitrogen - 13 percent Phosphorus, P205 - 13 percent Potash, K2 - 13 percent Other 1:1:1 ratio fertilizers may be used, provided the available plant food remains the same as herein specified. C. All fertilizer shall be solid and shall be in a condition which will permit proper distribution. 2.03 SOD Solid sod shall be cut from well established viable Bermuda, Zoysia or St. Augustine grass. Sod type shall match that established in the disturbed areas. 2.04 SEED A. Contractor shall apply seed mixture appropriate for the season and disturbed area. B. Contractor shall apply a mixture of various annuals and perennials to provide overlapping times of seasonal peak vegetative cover. Seeding shall only be done just prior to the vegetation's peak season for best results. Seeding shall be used when there is sufficient time in the season to ensure adequate vegetation establishment and erosion control. C. To optimize soil stabilization, Contractor shall utilize a nurse crop of quick 6100.doc 2 growing annuals within a mix of perennials appropriate for the season. The nurse crop germinates and grows rapidly, holding the soil until the slower -growing perennial seedlings become established. Permanent vegetation shall not be considered established until a ground cover of perennial vegetation is achieved that is uniform and mature enough to survive and be of sufficient density to preclude erosion. D. Contractor shall conduct seeding activities to achieve stabilization that are generally congruent with the following schedule: Dormant Cold Season Temporary Stabilization (November 1— February 28) Seeding at this time of the year typically does not produce successful results, as cold temperatures inhibit seed germination. Contractor shall be responsible for achieving temporary stabilization via mulching, erosion control blankets, matting, compost, and/or other appropriate structural/nonstructural methods for temporary stabilization until seasonal weather conditions become more conducive to establishment of permanent perennial vegetative cover. Fertilizers shall be added at this time in preparation for seeding. Contractor shall be responsible for achieving temporary stabilization at all areas that are unstable and subject to erosion. Contractor shall. apply temporary seeding, as follows: Dormant Cool Season Temporary Cover Crop Seed Mix (November 1— February 28) Plant Species Growth Seasou/ Seeding Rate .-.Life :-Ccae.. V �h�. -------------------------- Winter rye (Secale cereale cool season annual 75 lb/ac Perennial Ryegrass ass Lolium erenne cool season perennial 75 lb/ac Pre Warm Season (Spring) Seeding (March 1— May 31) As the growing season approaches, Contractor shall apply a mix of quick germinating cool season species combined with warm season species listed below. The cool season species will serve to hold the soil until warmer weather arrives stimulating the warm season species to germinate. Pre Warm Season (Spring) Seed Mix (March 1— May 31) v:r :... 7.e s•x; u x . X.�'�; zu }g :?. -g f:x33. Plant Species: - l E �IS S� �Y13'5.l xv7. LRateA Growth- �g !>Cycle r'- I F i'tv- F?lfi1: ' �.^ LifeA� 1 (�,�k 'h . r'?: ,. Oats Avena sativa cool season annual 20 lb/ac Perennial Ryegrass ass (Lolium perenne) cool season perennial 20 lb/ac White clover Tri olium re ens * cool season perennial 20 lb/ac Korean (Kobe) lespedeza (Kummerowia stipulacea) * warm season annual 20 lb/ac Bermuda (Cynodon dac lon warm season perennial 30 lbs/ac Bahia ass Pas alum notatum) warm season perennial 30 lbs/ac Weeping love grass (Eragrostis curvula) warm season perennial 30 lbs/ac *All legume seed must be properly inoculated with appropriate inoculant. 6100.doc Warm Season Seeding (June 1— August 31) In the midst of the growing season, Contractor shall apply a mix of warm season annuals and perennials, as follows: Warm Season Seed Mix (June 1— August 31 Plant Species Growth Season/ Seeding Rate ... , ...' Life_cycle cis. Sudan grass Sor hum bicolor warm season annual 20 lb/ac Alyce clover Al sitar us ovali olius wann season annual 20 lb/ac Brown -top millet (Panicum ramosum warm season annual 20 lb/ac Bermuda (Cynodon dac lon warm season perennial 25 lbs/ac Bahia ass Pas alum notatum) warm season perennial 25 lbs/ac Weeping love grass (Eragrostis curvula warm season perennial 25 lbs/ac Buffalo grass (Bouteloua dac loides warm season perennial 25 lbs/ac Late Season Seeding (September 1— October 31) During late summer to early fall, Contractor shall apply the following mix: Late Season Seed Mix (Sentember 1— October 31) "ant Species : - Growth Season/eedi 1 ale T fi e .v.. v .'::a`„«, t.. ✓� X:' . .... ..... . ... .�. .. 3_ ....:.. . ',: I ... ,., ✓ s l . .., .. ..... ... . ........ .. s.. .. S . ..,, .. �., . "...,...sue.,. ..S P Oats Avena saliva cool season annual 30 lb/ac Winter rye (Secale cereale) cool season annual 30 lb/ac White clover Tri olium re eras * cool season perennial 25 lb/ac Perennial R e rass Lolium erenne cool season perennial 50 lb/ac Virginia wil a EI mus virginicus) cool season perennial 25 lb/ac *All legume seed must be properly inoculated with appropriate inoculant. E. Contractor has option of adding warm season perennials to Late Season Seed Mix (September 1 — October 31) and/or Dormant Cool Season Temporary Cover Crop Seed Mix (November 1 — February 28) or seeding with warm season perennials during other seeding periods. This is to be determined on a site -specific basis. Contractor shall confer with City of Fayetteville prior to seeding activities to determine specific seed mix. F. Contractor shall submit all labels/tags from seed bags and seed purchase invoices to the City of Fayetteville. 2.05 MULCH A. Mulching shall be used in conjunction with both temporary and permanent seeding practices to enhance their success by providing erosion protection prior to the onset of vegetative growth. Straw mulching shall be of oat, wheat, or rice straw mulch. Hay mulch shall be prairie grass, Bermuda grass, or other hay as approved. 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. 6100.doc 4 B. Mulching shall be spread in a uniform continuous blanket, at a rate of I to 3 tons per acre (air dried weight) or to a uniform 2 -inch depth. Mulch shall be spread by hand or by an approved blower type mulch spreader. Care shall be taken to remove all wire and/or twine from baled hay/straw when the control structures are removed from the site. Mulch shall be anchored in the soil to a depth of two to three inches to form a soil -binding mulch to prevent loss or bunching, or held in place with a tackifier. 2.06 WATER A. Water shall be free from any substances, in solution or in suspension, which would inhibit the rapid growth of grass. PART 3- EXECUTION 3.01 FERTILIZER APPLICATION A. . Fertilizers shall be applied at appropriate agronomic rate. If necessary to achieve final stabilization, fertilizer shall be applied at a minimum rate of 250 pounds per acre (0.58 pounds per square foot) in advance of tilling/seedbed preparation operations. When soil samples are not practical, fertilizer shall consist of 13-13- 13 (nitrogen, phosphorus, and potassium content). The fertilizer distributor box shall be equipped with baffle plates to prevent downward movement of fertilizer when operating on a slope. The fertilizer shall be raked in and thoroughly mixed with the soil to a depth of approximately 2 inches prior to the application of seed or mulch. 3.02 SEEDING A. Areas to be seeded shall be dressed to natural shape. B. The Contractor shall obtain an approved topsoil from any available source and place uniformly on the designated areas and spread evenly to a minimum thickness of four (4) inches. Irregularities in the surface shall be corrected so as to prevent formation of depressions where water will stand. TOPSOIL SHALL NOT BE PLACED WHEN THE SUBGRADE IS FROZEN, EXCESSIVELY WET, OR IN A CONDITION DETRIMENTAL TO THE PROPOSED PLANTING AND PROPER GRADING. C. Broadcast sowing of seed may be accomplished by hand seeders or by approved poser equipment. 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 broadcast. 6 100.doc D. The contractor shall water and maintain seeded areas from time of completion until final acceptance of the project. E. The contractor shall be responsible for establishing ground cover on all disturbed areas. Repeated seeding shall be required if necessary throughout the warranty period. 3.03 SOD PLACEMENT A. In this paragraph, "Solid Sod" is interchangeable with the word "sod." B. Solid sod or topsoil shall not be placed until all other items of work are complete. C. Prior to placing the sod and topsoil in the areas designated, the ground surface shall be cleared of materials that might hinder proper grading, tillage, or subsequent maintenance operations such as stumps, stones, roots, cable, wire, grade stakes, etc., and brought to four (4) inches below the finished grade. The areas shall then be thoroughly tilled to a depth of at least two (2) inches by plowing, disking, harrowing or other acceptable means. D. The Contractor shall then obtain an approved topsoil from any available source and place uniformly on the designated areas and spread evenly to a minimum thickness of four (4) inches. Irregularities in the surface shall be corrected so as to prevent formation of depressions where water will stand. TOPSOIL SHALL NOT BE PLACED WHEN THE SUBGRADE IS FROZEN, EXCESSIVELY WET, OR IN A CONDITION DETRIMENTAL TO THE PROPOSED PLANTING AND PROPER GRADING. E. After the topsoil has been spread and graded, the surface shall be cleared of stones, stumps or other objects that might hinder planting or maintenance preparations. Paved areas over which hauling operations are conducted shall be kept clean. F. Where any portion of the surface becomes gullied or otherwise damaged, the affected areas shall be repaired to the aforementioned condition. G. Areas to be sodded shall be shaped in such manner that they will, after placement of sod, conform to the typical sections. 6100.doc 6 3.04 WATERING A. Prior to placement of seed or sod, areas shall be sprinkled with water sufficiently to make them moist, but not muddy. The initial application of water may be omitted if the area is sufficient moist from rainfall. B. Immediately following the placing and tamping of sod, the covered area shall be wetted thoroughly. Subsequent applications of water shall be as required. C. Immediately following the application of the mulch cover for seeding, water shall be applied in sufficient quantity to thoroughly moisten the soil to the depth of pulverization and then as necessary to germinate the seed and maintain growth. 3.05 COMPLETENESS The lawn and grass operations shall not be considered complete until a uniform (e.g., evenly distributed, without large bare areas) perennial vegetative cover with a density of 80% of the native background vegetative cover for the area has been established on all unpaved areas andareas not covered by permanent structures. 3.06 INTERMITTENT CLEANUP Immediately following the lawn and grass restoration operations, all gutters, sidewalks, driveways, street pavement, yard or other areas shall be cleaned of all debris, excess sod, topsoil or other objectionable matter. All such cleanup operations shall be completed before sodded areas are measured for payment. 61 oo.doc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 6100 6100.doc 8 SECTION 6200 FINAL PRODUCT PERFORMANCE REQUIREMENTS PARTI- GENERAL 1.01 WORK INCLUDED A. This Section covers the final product requirements for the pipe section using any of the preapproved methods mentioned in these specifications. PART 2- PRODUCT PERFORMANCE REQUIREMENTS 2.01 PRODUCT SEAL AT MANHOLE A. Seal of pipe at new and existing manholes will be inspected upon completion of each line segment and, again at a final inspection prior to final acceptance of the project. No visible leaks will be allowed. Should a leak be present at any of the inspection times it will be the responsibility of the Contractor to stop the leak with a method approved by the Engineer. All retainage being held by the City of Fayetteville will be retained until such time as all visible leaks have been repaired to the Engineer's satisfaction. After final acceptance of the project the seals will be inspected again within a 6 month period and any additional leaks will be repaired under the Warranty Period. 2.02 FINAL PIPE PRODUCT A. Television Inspection - All pipeline sections regardless of the method used will be televised as required by these specifications. Should the television camera fail to pass smoothly and without unnecessary force through a pipeline section that section will be considered as unsatisfactory and repair of the section will be performed as required by these specifications. B. Mandrel Inspection - All pipeline sections regardless of the method used will be inspected by means of a mandrel pulled by hand through the pipeline section. The mandrel will have an outside diameter equal to approximately 80% of the original inside diameter of the pipeline section prior to rehabilitation. Should the mandrel fail to pass through the section being pulled by hand, the section will be considered as unsatisfactory and repair of the section will be performed as required by these specifications. Mandrel (80% Diameter) will be supplied by the Contractor and checked and approved by Engineer prior to performing test. Mandrel test may be made in conjunction with Television inspection if Mandrel is attached in front of camera to allow Engineer to visually see results. 6200.doc C. Deformations Within The Invert Area - During the television inspection of all pipeline sections, the lower third of the pipe cross-section will be checked for deformations in the rehabilitated pipeline that in the opinion of the Engineer will affect the natural flow of the pipeline. Deformations will be considered any abnormal protrusion either parallel or perpendicular with the flow of the pipeline. Should any deformations be found in the lower third of the pipe cross-section , the section will be considered as unsatisfactory and repair of the section will be performed as required by these specifications. Deformations caused by the original pipeline section will also not be accepted. It will be the Contractor's responsibility to identify those locations of the original pipeline that may cause such deformities and make required repairs prior to the rehabilitation process. Such repairs will be considered incidental to the price bid for rehabilitation of the pipeline section. D. Service Reinstatements - During the final televising of the pipeline section, the camera shall stop and pan all services to assure the Engineer that all services have been installed properly and without visible groundwater leaks. No visible leaks will be allowed. Should a leak be present, it will be the responsibility of the Contractor to stop the leak with a method approved by the Engineer. All retainage being held by the City of Fayetteville will be retained until such time as all visible leaks have been repaired to the Engineer's satisfaction. E. Site Cleanup - The entire construction area will be returned to its original condition including the replacement of vegetation as required by these specifications as soon as possible after final acceptance of the pipeline section has been made. No retainage will be released on the project until all areas have been restored to their original condition. PART 3- REPAIR OF DEFECTS 3.01 PIPELINE SECTION REPAIR A. All sections of pipeline considered as unsatisfactory for any of the reasons mentioned in these specifications may be repaired as follows: 1. Open Cut Methods — Pipe will be removed and replaced with a pipe installed according to the requirements of these specifications. 2. Liner Methods - Liner will be removed and replaced with a liner installed according to the requirements of these specifications. 3. Pipe Bursting Method - Point repair area considered unsatisfactory with approved materials. Care should be taken in joining the sections of pipe to assure they are joined according to these specifications. 3.02 DEDUCTION FOR NONREPAIRED SECTIONS 6200.doc 2 A. If, at the sole discretion of the Engineer, the unsatisfactory pipe section is allowed to remain, a deduction of 30% of the bid amount for that line segment from manhole to manhole containing the unsatisfactory section will be made. The Contractor has the alternative of repairing the unsatisfactory pipe section as mentioned above if they do not want the deduction of the bid amount to occur. The alternative mentioned in this section to repairing the unsatisfactory pipeline section will be only at the Engineer's discretion and the Engineer's decision will be final. 6200.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 6200 6200.doc 4 APPENDIX A 29 CFR PART 1926 SUBPART P (OSHA) A-1 A A A A-2 Occupational Safety and Health Admin., Labor If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches o€ 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, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977] § 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 AUTRORITy: See. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Sees. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR § 1926.650 25059), or 9-83 (48 FR 35736), as applicable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 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. 367 A-3 § 1926.650 Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective 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 29 CFR Ch. XVII (7-1-10 Edition) accordance with § 1826.652 (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 rack 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 368 A-4 Occupational Safety and Health Admin., Labor (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. § 1926.651 (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- -netted 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. 369 A-5 § 1926.651 (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres —(1) Testing and controls. In addition to the require- ments set forth in subparts D and B of this part (29 CPR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (1) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at - 29 CFR Ch. XVII (7-1-10 Edition) mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 370 A-6 Occupational Safety and Health Admin., Labor expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout § 1926.652 the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with §1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug. 9, 1994] § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1) —Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 371 A-7 § 1926.652 (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; 29 CFR Ch. XVII (7-1-10 Edition) (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 372 Occupational Safety and Health Admin., labor 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- § 1926.652 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 373 A-9 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. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P OF PART 1926 —SOIL, CLASSIFICATION (a) Scope and application —(1) Scope. This appendix describes a method of classifying soil and rook 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 29 CFR Ch. XVII (7--1-10 Edition) 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 D658-85 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. 374 A-10 Occupational Safety and Health Admin., Labor 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 (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (41;: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 (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 375 A-11 Pt. 1926, Subpt. P, App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as %-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 1/e -inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) 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 29 CFR Ch. XVII (7-1-10 Edition) designation D2488 —"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the 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 BENCRING (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 376 A-12 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope mean's the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements —(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (i) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least 1/z horizontal to one vertical (1/z1:IV) 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 8-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE I AIM'M ALLOWABLE SLOPES(H:V)(1] FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A [2) TYPE B TYPE C VERTICAL (90") 3/4:1 (53°) 1:1 45 1x:1 34 NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 1. A short—term maximum allowable slope of 1/2H:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short—term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:IV (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 377 A-13 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-10 Edition) Figure B-i Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-i.i Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of x/4:1. 20' Max. 4;:;I1 3l4 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 ½:1. 3.2' Max. A SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of � to 1 and maximum bench dimensions as follows: 378 A-14 Occupational Safety and Health Admin., Labor SIMPLE BENCH Pt. 1926, Subpt. P. App. B ►I Fl 20' Max. ! I ! Max. '! 3/4 4' Max. �! 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 31/z feet. ! A $' Max. 3/4 3�Z' Max. UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 11 and a maximum vertical side of 3% feet. 379 A-15 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-10 Edition) UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of 3:l. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. 4upport or shield s stem 1 20' Max. 3/4 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 -L2 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: 380 A-16 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B This bench allowed in cohesive soil only. f 20' Max Max. SINGLE BENCH This bench allowed in cohesive soil only _J__ 20Max. j...LJ'" 4' l _Mx_. !� 4' Max. ' i MULTIPLE BENCH S. 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. �1 8" Min. 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 1½:1. 381 A-17 } Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-10 Edition) <IL 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 11/x:1. Support or shield system 20' ?fax. l8" "fin. 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. 382 A-18 Occupational Sa€ety and Health Admin., Labor Pt. 1926, Subpt. P, App. B B OVER A C OVER A z 1 t COVGRa 383 A-19 Pt. 1926, Subpt. P. App. C A OVER B A OVERC 29 CFR Ch. XVII (7-1-10 Edition) c A 1 B al 1� c 1 � B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926,652(b). APPENDIX C TO SUBPART P OF PART 1926 —TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains 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 §1926.652(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 O-1.1, O-1.2, and O-1.3, and Ta- bles O-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 384 A-20 Occupational Safety and Health Admin., Labor 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 0-1.1 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 0-1.1 through C-1.3 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 0-1.1 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 0-2.1 through C-2.3, or have this choice under §1926.652(c)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not 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 § 1926,852(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. (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 0-1.3. (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 feat hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 385 A-21 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 8xl0 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 10x10 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 membersare listed. Arrangement #BI 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 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #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. 29 CFR Ch. XVII (7-1-10 Edition) 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 C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.852(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. S. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 6. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical, dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement cf crossbraces. When the vertical spacing of crossbraces ₹s 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. 386 A-22 TABLE C-1.1 TIMBER TRENCH 5HORING -- MINIMUM TIMBER REWIREMENTS SOIL TYPE A Pd - 25 x 14 + 72 psf (2 ft Surcharge) `* GEPTN E Of TRENCH 115112.11111111T83 OF TREIICH FEET PERT. SEAT. MA2DIUM ALLOWABLE HORIZONTAL SPACING HP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING__FEET [FEET] 4 6 12 15 (FEET] [IN] FEET UP TO Not 5 4 4 4x4 6 4 --- 2x6 L'P TO Not TO G 4x4 4X4 4R6 6X6 6X6 4 Re 'd --- 2X8 UP TO 10 SPTO 12 406 405 6X6 626 626 4 858 4 2X6 UP TO Not 10 6 4104 6x6 4 R ' -- UP TO TO 8 4X6 4X8 6X 6X6 4 158 4 2x6 UP TO 15 50 L L 626 52L 1Th SIlO L Zx6 UP TO 12 W 06 x6 b 6x8 4 10X10 4 UP TO 15 6 058 6X6 6x6 508 6X8 4 fix8 4 3X6 UP TO TO 8 fix5 6%6 6X6 6X8 6x8 4 0x8 4 UP TO 20 IRS JJ 4 UP TO 2 8 8 8 8x8 8 8x1 4 10][10 4 3X6 OVER 20 SEE NOTE 1 • Mixed oak or equivalent with a bending strength nut less than 850 psi. •" Manufactured members of equivalent strength may by suhstltuted for wood, 3 TABLE C-1.2 TIMBER TRTIPCR SltOP TNG -- IINIl2BI TIMBER IEUIREMEMTS 5073. TYPE B P - 45 Y R + 72 pad (2 ft. Suecharge) IEPTBPIlE NACUAT., Milk "AC1OGLNIfBIax OF CRASS BRACES N.., 0IPRIPIIT0 TRENCH RORIZ. '&! PUP - VENT. ..._.P qqgg� MAXIMUM ALLOWABLE BORLZOBTAL SPACING UP TO OP TO LP TO IIP TO (FRET) SPACING SPACING STEP SPAC161R FEET (PEET1 4 6 9 12 15 (FT) (I77,1 (FEET] CLOSH 2 3 P11O 6 4706 4x6 6706 606 6116 5 6T.8 5 2114 UP TO TO 616 6Rh 6O6 608 08 TO 10 10 6RG 67[5 6Xfi 6X8 618 107(16 5 2706 Scc 8P TO 10 6 6X6 b7C6 6x6 6E8 6X8 8X.8 5 zx6 6P TO TO 8 4X5 6X8 6X8 608 8Y8 5 io7010 5 206 9P TO 15 5 10712 5 2X6 See N. I VP TO 15 6 608 6X8 408 108 800 5 8010 5 3116 UP TO .0 8 SES 808 8718 8N8 8X1O 5 10](12 5 326 up in i0 8]010 S01 8010 8710 1O1[1O 5 12X12 5 326 25 See Hole 1 OVER PA SEE NOTE I A Mixed oak or equivalent with a bending strength not Iess than 858 psi. Al Eanvfootorad membare of oqu}vAlenr Artength may by substituted for wood. G5 TO in cn TABLE C -US TIM ER TREHC1I SHORING -- HIHISiUH TI1 ER . RFQvIAEHENTH ROIL TYPE C P - 8S X 11 72 paf (2 ft. Suter) DEPTH ** OF CROSS BRACES IPN.GHTS TAEHCH HOEI2 NiDTE Ok TRENCH {1'E!T) MAXIMUM ALLOWABLE HORIZONTAL SPACING III' IO UP TO OF TO UP TO OP TO (PBBT) 5PACINC SPACING S1Z8 SP CING FkEI See Note 2 CEASE {PERT) 4 6 4 (p5 fl(F8Sf1 OP TO S 8 6X8 618 6X8 8x8 8x8 5 5070 S 2x6 TO 8 810 71178 818 8778 81710 5 101[12 5 2776 UP TO 10 10 8K1O 8XI0 8X10 8x10 1F1K10 S 127012 5 210 See Note 1 UP TO 1❑ 6 8X8 8X8 8x8 8708 8X10 5 10X12 5 2X6 LIP TO TO 8 8X10 8x10 8110 8x10 10x10 5 Ezxi2 5 206 see 15 Nut. I Scc Hots l OP 15 6� 8X10 8X10 8X10 5010 10x10 5 12x12 5 205 See TO see 20 Botc 1 See Note 1 OVSB SEE NOTE 1 20 • Hixcd Oak or equLealent vllli a Lending strength not leas than ISO psi. ** Manufactured members of equivalent otrengrh esy be subat lxueed far wood, O 0 O I. I b NO O% Y P n TAALR C-2.1 TINIER TMCR 9ROR7T78 -- HINIHUM TIMER RRQUIRHMBHTS SOIL TYPE A P - 25 X H t 72 psi (2 fc. Surcharge) a PEPTH Sr0o OF I4086TII6ACEI ' UPRIGHT TR187C8 "600510. MIOT VERT. VERT. NAXIMOM ALLOWABLE MOR77ONTAI. SPACING HP T[I UP TO UP 1T7 160' TO UP 1l7 (gaUl) SPRCI.HO ACIRC SIZE SPACING PP.ET CL086 4 5 6 8 (PBPT 412 iSF LIP TO Sot Not 5 6 4X4 4X4 4X4 4X4 4x6 4 Ma d Re 'q 4X6 U T6 UP TO id TO 4X4 4X4 4K4 4X6 4%6 4 Req�d Req 4X8 HP TO 30 44-6 AX6 456 6%6 67(6 4 8708 4 4)16 alp 4K6 445 4X6 6X6 67[6 4 8]18 4 146 10 OP 10 4K4 4%4 4X4 656 6X6 4 R °q I'd acq�d 4X10 UP TV ,m 446 456 656 6Xb 6K6 4 6%6 4 47[6 P TO 10 644 6X6 54.6 64-6 606 4 8X8 4 4X6 15 1V l2 61O6 6K6 6K6 646 656 4 87110 4 4Kb 4X10 TO is 6 6K6 "6X6 6K6 6X6 6%6 4 fi7C8 4 37[b 1O TO 8 SX6 6X6 6x6 4 R$8 4 31(6 4X12 9O20 10 6X4 64-6 166 6711 4 8%10 4 3X6TO 12 6X6 6X6 6718 4 8412 4 34-6 4X12 OVER SEE ROTE 1 20 llouglaa fir or equivalent rith a Lending strength not Into than 1560 psi. t5aoufaccurHd enohar4 of aquivalent atrenzth may be eubetituted for wood. Fo N N C O• TABLE C-2.2 TIMBER TRENCH SHORING -- 2(XNIHU)ITk4UER KEQUIREHENT$ SOIL TYPE 8 P - 45 X H ! 72 poE (2 ft. Nurrhn0Er) DEPTH $I 43 xx Or IRERCH 120RIZ. W !LOT TRENCH FEET vela. PERT. XAXIMUH ALL 1001.2 IlORI2ANTAL SPACING SPACING UP TO UP TO HP TO UP TO UP TO (FEET) SPACING SI2E SPACING FM (FEET) 4 L S L2 LS (FEET) (I6} CLOSE 2 3 4 6 UP 5 6 4X6 4X6 4X6 6X6 6X6 5 6756 5 47(82 4X12 OP TO TO 8 47(6 4X6 6X6 6X6 6X6 5 32X6 5 3K8 4KB UP TO 10 lO 4X6 4Xfi 6X6 626 CUT S 81210 5 4708 See Hvfe l _ OP TO 10 6 6X6 626 626 67(8 6X6 5 828 5 3716 4X10 UP TO k.4 g 6X8 6120 6120 SX8 SEC 5 10250 5 326 41210 UP TO 5 10 6128 688 8328 8310 8328 5 107(12 5 225 4X10 Sec Note L OP TO l5 6 bKg 4318 4X8 628 0118 5 8X10 5 41(6 UP TO TO 280 6X8 280 828 8X8 5 52212 5 426 UP TO 25 10 828 82.8 8328 8X8 5 LZK12 5 406 OAT 11420 1 DYER 20 SEE NOTE 1 * 4ouglaa fir or equivalent with a bending strength not less than 1500 psl. •• xnnnfacrurcd acmhcrs of equivalent strength nay be substituted Evr wood. O O O a a = Cl Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-10 Edition) A CA N SHZ HM e � m a W N G~i w P• O N W I N [7 m N II Q N a V pW6} H HO F N z H N (n HON C7 FA W v A. P pnWp[qj� F N N Rai U A. tali W CA N Ill N N N O N O N N 4--------- 1n F O 0 a m m coo coo SC 04 X �' k iC 10 .0 i0 10 m 40 aoN V w N CO Pa CA N .Mo m 3 O m m m pp pp CA a U W b s0 a Gi m N d �P N 411 W O Q W A. .+ A. 544 N'�.. ((yy 4141 544 4 D 0 0 41 0 O C1 0 41 O W CA P .7 tA7 NfL" i N '0-a - V F N O O Q 'Cl-i CA [-• 0 {r] .? N F v O 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 M 0. 0 8 0 v H -CO M C 5.5 4144 '-'A a 440 41 r A Ce 44.0 DO F .1)4 '544 m M 145 N c 041 N H HA O 9 "-'H 93 .-4"4 0 0y G II $1 do not exceed 20 feet (6.lm) 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 392 A-28 Occupational Safety and Health Admin., Labor 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. (i) 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(o). (ii) When any of the following conditions are present, the members specified in the Ta- 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 §1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads 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-I.I, 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 393 A-29 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 & S 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 -1J, 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(o)(3). 29 CFR Ch. XVII (7-1-10 Edition) (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 plywoodis 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. 394 A-30 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 vEATICAL ALWA" MYDRAIAZ INORY ) VEMTICALALUMMJ,I (SPOT I PACIPO HVOAAIAIC HIIORMO DYTm KYwO0D1 ✓f HORIZONTAL / HORIZONTAL SPACING SPACING VERTICAL RAIL NYORAULIC CYLINDER IIH I E 18" . VERTICAL RAIL HYDRAULIC CYLINDER 18"NAX. R PLYNOOD VERTICAL I• $ PACIR VEIJICAL SPACING0 4' MAX. 91P 4' MAX. 2' MAX. P 2' FIGURE NO. 3 VERTICAL AtWNUM HYONAULKI RNONND (STACK 01 4 ty VERTICAL SPACING 4' MAX. 2' MAX. FIGURE NO.4 ALUM$" NYORA1A C$NORNO NPLFII ■L) (TVwuAs HORIZONTAL SPACING f�IJ (EPTICAL RAIL 2' MAX. / HYDRAULIC CYLINDER VERTICAL SPA CIAG 395 w UPRIGHT SHEETING HYDSAULIC CYL INN EN A-31 TABLE D - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEFFH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP ( ) (FEEE7 (FEE) TO12 TO15 OVER 5 UP TO $ 10 OVER 10 8 4 21NCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 2Q NOTE (I) Footnotes In tables, and genets] notes on hydraulic shoring, are found in Appendix D. Item (g) Note (I): See Appendix D. Item (g) (1) Note (2), See Appendix D, Item (g) (2) on -o V D s a TAPLE D - 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEE I) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO I OVER I UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO s 10 OVER 10 65 4 2 INCH 2 INCH 3 INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, arc found in Appendix D, Item (g) Note (I): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) TABLED -1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX-rlOMSPACINO DEPTH (ON CENTER) OF TWAL S€Cl7GN TRENCH SPACINGMODULUS UP TO S OVER 8 UPTO 12 OVER I2 UPTOIS 2 FT. OFT FIORIZ. IJNDER HGRi2.CYLINDER HORIZ CYLINDER (FEES) (FEET) (IN') SPACING AMETEK SPACING SAMETIG SPACING IAMETE OVER 3-5 8.0 22N 8.0 N 1N 2 8.6 31N 7.0 90 21N g-{1 N -OT-(2) 90 3 1N 5 4 - 3x12 UPTO 14.0 12.0 SIN 12.0 31N 12.1) 31N 10 2IN OVER 3,5 6.0 21N 60 N 6.D SIN 7.0 8.0 3IN &0 3 IN 8.0 311 10 UP TO 4 3212 140 10.0 31N i0-0 SIN 10.0 311 15 21N OVER 3-S 55 21N 5-5 31N 7.0 6.0 ON 6.0 31N 6.0 SIN 15 UPTO 4 3x12 lA0 9.9 3IN 9.0 31N 9.0 31N 20 OVER 2{1 NOTE (1) Foobxfts to rabies, and gcmesal notes os hydraulic shoring, are found in Appendix D. Item (g) Notes (1); See Apper4x D, item (g) (1) Notes (2); See Appendix 0. Item (g) (2) • ❑ansult product manufacmtersod/or qualified engineer for Section Modulus of available walees. TABLED- 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS T11OFR tmRRJHT3 WUM OF TRENCH (FEET) 1HAX.N0 SPACING DEPTH ON CEW=) UPTO8 OVERSUPTO12 VER12UPTO15 2 FT, 31'f. OF TRENCH VEIZr1CAL SPACING SECTION MODULO IIORIZ. CYU NOEl EOR]2, CYAdNDER 1H)Ra CYL[NDER 7i (FEET) (IO) SPACING DIA SPACING IAME11°R SPACING IAMETE OVER - 3.3 6.0 2IN 16.0 N 2 N 6.0 SIN 7-0 6.5 2IN 6.5 2IN NOTEi 6.5 3IN 5 UPTD 4 3x12 ---- 14.0 l0A 31N 10-0 SIN 10,0 31N 1O 2IN OVER 3.5 4.0 2IN 4,0 4.0 31N 7.0 5.5 SIN 5.5 SIN 5.5 SIN U110T0 4 3x12 14.0 5.0 SIN 8O 3IN 8.0 3IN 15 21N OVER 3.5 3.5 21N H 3.5 31N 15 .....?.L. UP TO 4 7.0 5.¢ 3 LN 5_p 31N 5.0 3IN 3x12 - 14.0 6.0 SIN 60 SIN 6.0 3114 20 O VER 20 NOTE (1) Foxtno ss to cabins, and genera] nmcs on hydraulic Shoring, are found in Appendix D, hem Ig) Now {1): See Appendix D, item (g) (1) NOW (2): See Appendix D. Item {g) (2) • Consult product manufscuuer at[d/nrqua]iNed utginuf far Section Modulus of available wales. N C Pt. 1926, Subpt. P. App. E 29 CFR Ch. XVII (7-1-10 Edition) APPENDIX E TO SUBPART P OF PART 1926 -ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" p VER1 SPAC 41 MA RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring I. MEN 1�l OO OO 400 A-36 Occupational Safety and Health Admin., Labor Figure 3. Trench Jacks (Screw Jacks) Pt. 1926, Subpt: P, App. F APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926 —SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with §1926.652 (b) and (c). wary of the requirements contained in sub - 401 A-37 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-10 Edition) Is the excavation more •than 5 feet in depth? Is there potential INO I YES Is the excavation for cave-in? entirely in stable rock? NO Excavation maybe made with vertical sides. Excavation must be sloped, shored, or shielded. S selected. lding Co to Figure 2 1 I Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 402 A-38 Occupational Safety and Health Admin., Labor Excavation must comply with one of the following three options: Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: 1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Sloping selected as the method of protection will soil classification be made in accordance with 31926.652 (b)? 403 Pt. 1926, Subpt. P. App. F Excavations must comply witb01926.,652 (b)(l) which requires a slope of 1½i1:lV (34°). FIGURE 2 - SLOPING OPTIONS A-39 Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-1Q Edition) 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 S1926.652 (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 404 APPENDIX B STORM WATER POLLUTION PREVENTION PLAN (THIS PAGE INTENTIONALLY LEFT BLANK) Stormwater Pollution Prevention Plan For Construction Activity National Pollution Discharge Elimination System General Permit # ARR150000 Prepared for: The City of Fayetteville Date: September 9, 2011 StormWater Pollution Prevention Plan General Permit # ARR150000 Project Name and Location: Elkins Gravity Sewer Outfall Improvements, Elkins Arkansas Operator Name and Address: To be Determined A. Site Description 1) Vicinity Map and Pre -construction Topographic view: Map inserted: ® Yes ❑ No 2) Project Description and Intended Use after NOT is filed: The proposed project will consist of removal and disposal of an exisitin 10" clay avit sewer line and associated manholes. New 18" gravity sewer pipe as specified and constructed manholes will be installed to ensure the proper removal of wastewater from the Elkins area. Approximately half of the project will include "pipe -burst" installation of the 18" gravity sewer. This portion of the project will involve only minimal land disturbance where new manholes will be installed. Construction activities generally include clearing and grubbing, grading.and excavation, sewer improvements. Additional construction activities include erection of soil erosion and sediment controls including silt fencing. and ditch checks. 3) Sequence of Activities: The order shall be as follows: • Obtain all necessary permits (if required). • Know and maintain an Arkansas Department of Environmental Oualitv (ADEO)approved Storm Water Pollution Prevention Plan. • Inform all personnel and subcontractors of SWPPP and relate where to post the Construction Site Notice and SWPPP. • Have all existing utilities located. • Construct Improvements as designed by the Engineer: 1. Install and maintain erosion control devices in accordance with the Plans and as directed by the City. 2. Excavate and replace existing sanitary sewer facilities or pien burst. 3. Pipeburst existing remaining clay line to end of project. 5. Seed/mulch entire disturbed area. • When all construction is completed. the site is 80% stabilized, and approved by the Owner remove all silt fences and temporary erosion and sediment control features. Stabilize with Note: The contractor shall be responsible for implementing, restoring and/or revising the temporary sediment and erosion control measures (silt fences, ditch checks, sediment basins etc.) as necessary during construction to help prevent soil erosion and storm water pollution. 4) Total Acres Available/Total Disturbed Area: 1.5/1.5 5) Existing Site Information: a. Runoff Coefficient Based on attachment C: Before construction starts, the site has a runoff coefficient of 0.36. After construction is completed, the sit will have a runoff coefficient of 0.36. b. Soil Information Approximately half of the site, located along the UT to West Fork of the White River, is mapped as Clarksville extremely avell silt loam with 12 to 60 percent slopes (C1G). The Clarksville series consists of very deep, somewhat excessively drained soils formed in hillslope sediments and the underlying clayey residuum from cherty dolomite or cherty limestone on steep sideslopes and narrow ridgetops. The Clarksville Series is associated with moderate penneability and medium to very hi h runoff. Approximately half of the site located through residential areas, is mapped as Cherokee complex, mounded (Ck). The Cherokee Series is a very deen. somewhat poorly drained soil that formed in fine textured sediments of the Cherokee Prairies_ The Cherokee Series is associated with very slow permeability and low runoff. B. Responsible Parties -General Contractors, Inspectors, etc: The contractor shall be responsible for implementing, restoring and/or revising the temporary sediment and erosion control measures (silt fences, ditch checks, sediment basins, etc.) as necessary during construction to help prevent soil erosion and storm water pollution. C. Receiving Waters: (pg 19 of Part II) 1) Location of Surface Water on Construction Site The following surface waters are located on the construction site: Unnamed Tributary to West Fork of the White River • no flow or aquatic insects observed within proposed line locations. 2) The following bodies of water receive runoff from the construction site: The West Fork of the White River is located approximately 0.2 miles downstream of the site. D. TMDL and 303(d) list: (httn://www.acleu.state.ar.uslwater/branch tannin default.htm ) The West Fork of the White River is listed as a 303(d) stream with a TMDL on the "2008 Integrated Water Quality Monitoring and Assessment Report". The source of contamination is listed as surface erosion (SE) and the cause of impairment is listed as siltation/turbidity (SI). The final report "TMDLS for Turbidity for White River and West Fork White River, AR" was prepared for the EPA in January of 2006. Table 4.2 of this report is the Summary of turbidity TMDLs which specifies the TMDL for the West Fork White River as 0.111 tons per day of total suspended solids (TSS) during base flow conditions and 4.31 tons per day of TSS during storm flow conditions. NEED: measures taken by operator to ensure discharge meets TMDL E. Attainment of Water Quality Standards after Authorization: (pg 20 of Part I1) The implementation of control measures outlined in this plan minimizes the pollutants in the discharge as necessary to meet applicable water quality standards. F. Endangered Species: US Fish & Wildlife checklist inserted: ® Yes ❑ No G. Site Map: See Attachment A for items to be included. H. Stormwater Controls 1. Initial Site Stabilization, Erosion, & Sediment Controls: (pg 21 of Part II) a. Initial disturbed areas: Initial areas that will be disturbed for site stabilization using stormwater structures are located on the included Plan and Profile drawings labeled C201-PP.through C204 - PP. Stormwater structure installation areas include rock ditch checks, stabilized construction entrances, and mitigation dams as approved by the engineer. Disturbed areas shall be sprinkled with water to help keep dust to a minimum. Exposed bare earth sections should be protected by evenly distributed hay or straw before a rain event. b. Erosion and Sediment controls to retain sediment on -site: Erosion Control Details are included as drawing C303 -DT. Silt fences, rock ditch checks, streambank stabilizations, concrete wash out areas, temporary stream crossings, typical straw bale trench dewatering devices, and stabilized construction entrances are detailed in these Erosion Control Notes. Erosion control practices shall be installed in a manner to not impose or increase flooding threats to adjacent property owners and Malley Wagon Road, Norman Murphy Road, Baldwin Avenue, Lake Sequoyah Drive, and Lewis Woods Lane to the maximum practical extent. Exposed bare earth sections should be protected by evenly distributed hay or straw before a rain event. Disturbed areas shall be sprinkled with water to help keep dust to a minimum. The use of motor oils and other petroleum based or toxic liquids shall not be used for dust control. Accumulated trash and waste at outfall structures will be picked up daily. c. Replacement of inadequate controls: Any indication of inadequate controls will result in the replacement of the inadequate structure with an adequate control device. d. Removal of off -site accumulations: Any of site accumulation of sediment will be removed to minimize off -site impacts. e. Maintenance of sediment trapsibasins @ 50% capacity: Sediment laden erosion control features (i.e., silt fences, ditch checks, and inlet filters) will receive routine maintenance upon 50% capacity reduction. f. Litter, construction debris and chemicals properly handled: ® Yes ❑ No g. Off -site storage areas: ❑ Yes ® No. If yes, then what controls are being used: 2. Stabilization Practices: (pg 21 of Part II) a. Description and schedule for stabilization: Temporary and permanent seeding and mulch cover shall be utilized as the primary stabilization practice. Seeding shall be performed by hydro - seeding, by hand, or by a mechanical broadcasting method. Seeding rates and types shall be in accordance with the Contract Documents on which construction activities have ceased (temporarily or permanent) shall be stabilized within 14 days unless activities are scheduled to resume within 21 days. Undisturbed natural vegetation on -site will remain intact. An erosion control blanket, temporary and permanent seeding and mulching of open drainages will also occur and be documented. b. Are Buffer Areas required: ® Yes ❑ No If yes, are the Buffer Areas being used: ❑ Yes ® No If they are required but not being used, please indicate the reason: (The easement area required, area slopes, miminal width of disturbed area and nearby limestone outcrops do not allow for the establishment of buffer zones.) c. Records of Stabilization will be retained for: 3 years d. Deadlines for site stabilization: As soon as possible after construction ceases. 3. Structural Practices: (pg 22 of Part II) a. Are more than 10 acres draining to a common point: ® Yes ❑ No If yes, are sediment basins included for the project: ❑ Yes ® No Are the calculations and design for the basin included: ❑ Yes ❑ No Are the calculations and design for the outfall included: ❑ Yes ❑ No If a basin is required but not included/practicable, please indicate the reason: (The easement area required, area slopes, miminal width of disturbed area and nearby limestone outcrops do not allow for the use of sediment basins. Nearly all drainage to a common point in the area comes from run-on). b. Are velocity dissipation devices provided at the discharge points from the site: ® Yes ❑ No If yes, please describe: Ditch Check --ditch checks shall be constructed in accordance with the Erosion Control Plan and as directed by the Engineer, see Appendix A. If not referenced in the 5 Contract Documents, all materials shall meet Section 621 of the Standard Specifications for Highway Construction, Current Edition, as published by the AHTD. If no, please explain why not: I. Other Controls: In addition to erosion control and storm water management, our plan will include measures to properly manage solid wastes, hazardous wastes, dust generation, and all other activities that will generate wastes during the construction phase. (pg 23 of Part II) 1. Solid material control, debris and wastes: All waste materials will be collected and stored in securely lidded metal dumpsters. The dumpster will meet all state and local city solid waste management regulations. All trash and construction debris from the site will be deposited in the dumpster. The dumpster will be emptied as necessary or as directed by local regulations, and the trash will be hauled to a local dump_ No construction waste material will be buried on site.. 2. Offsite vehicle tracking: The following practices will be utilized at this site to reduce vehicle tracking of sediment: • Watering as required to maintain dust control. • Remove excess dirt on pavements daily. • Stabilized construction entrance(s). 3. Temporary sanitary facilities: Portable sanitary waste systems will be required at all times during construction. All sanitary waste will be collected from the portable units as necessary or as required by local regulation by a licensed sanitary waste management contractor. 4. Concrete waste area: Washout of concrete trucks shall not be performed on -site without a system o€ containment. Wash water and concrete will not be allowed to enter any storm drain or water way. These discharges are considered non -allowable non -storm water discharges. Concrete trucks shall not dump into receiving ditches, storm drains, or sanitary sewer systems. The Erosion Control Plans will be updated to show location(s) of concrete washout structures upon determination of the Contractor and staging area(s). 5. Fuel storage, hazardous materials and truck washing areas: At a minimum, any products in the following categories shall be considered hazardous: paints, acids for cleaning masonry surfaces, cleaning solvents, asphalt products, chemical additives for soil stabilization, or concrete curing compounds and additives. In the event of a spill which may be hazardous, the spill coordinator should be contacted immediately. All hazardous waste materials will be disposed of as specified by local or state regulations or by the product manufacturer.Products will be kept in original containers unless they are not re -sealable. Original labels and material safety data will be retained; they contain important product information. If surplus products must be disposed of, manufacturers' or local and State recommended methods for proper disposal will be followed. The temporary parking and storage area shall be obtained by the Contractor. This area should be used for equipment maintenance, equipment cleaning, and employee break area. All water generated from equipment cleaning shall be disposed of in a manner that prevents contact with storm water discharged from the site. All portable facilities including office trailers and toilet facilities can also be located in this area. J. Non-stormwater Discharges: (pg 10 of Part I) List of Anticipated Allowable Non-Stormwater Discharges: The existing sewer line will be temporarily rerouted in order to have no anticipated allowable non- stormwater discharges. 1. Fire fighting activities; 2. Fire hydrant flushings; 3. Water used to wash vehicles (where detergents or other chemicals are not used) or control dust; 4. Potable water sources including uncontaminated waterline flushings; 5. Irrigation drainage (no run-off) 6. Pavement washwaters where spills or leaks of toxic or hazardous materials have not occurred (unless all spilled materials have been removed) and where detergents or other chemicals are not used; 7. Uncontaminated air conditioning, compressor condensate, springs, excavation dewatering and groundwater. 8. Foundation or footing drains where flows are not contaminated with process materials such as solvents. All non -storm water discharges will be directed to a control device prior to discharge. It is expected that the following non -storm discharges will occur from the site during the construction period: -Water from line flushing -Wash water from cleaning operations (where no spills or leaks of toxic or hazardous materials have occurred) -Uncontaminated groundwater (from dewatering excavation) K. Post -Construction Stormwater Management: 24 of Part I The majority of permanent construction structures for the project will be underground. Ground surfaces above the constructed underground piping network will be restored to the original grade and seeding shall be performed by hydroseeding, by hand, or by a mechanical broadcasting method. Above ground structures, such as newly constructed manhole, will produce minimal stormwater runoff These strucutres will be surrounded by impervious surfaces and are not anticipated to create significant stormwater runoff The dry channel associated with the project shall be restored to its original grade and shall continue to serve as a drainage feature for stromwater. L. State or Local Plans: (pg 24 of Part II) The municipality in which the construction activity occurs will be contacted to determine if there are erosion control and/or storm water runoff requirements in the city code, city ordinances or city permits. All applicable requirements will be met. Documentation of compliance is attached to this SWPPP. ® Yes ❑ No M. Inspections: (pg 24 of Part II) Inspections will be conducted by a qualified inspector at one of the following frequencies: ® Every 7 days or ❑ Every 14 Days and within 24 hours after a inch or greater rainfall event. (If this option is chosen, a rain gauge is required to be on -site. The SWPPP should also include a daily rainfall log_) A report of the inspection will summarize the scope of the inspection, the name of the inspector, the date of inspection, any damages observed and repairs made to any control measure. Completed inspection forms will be kept with the SWPPP. The following are the minimum inspection, maintenance and reporting practices that will be used to maintain erosion and sediment controls at our construction site: 1. Inspection form (Attachment B) 2. All controls will be inspected to ensure that they meet the manufacture's specifications. 3. All site entrances and exits will be checked to ensure no off site tracking. 4. All inspection reports will be maintained for a minimum of 3 years after permit termination. 5. In addition to inspection, records will be kept of the following: a_ Dates when major grading activities occur b. Dates when construction activities cease in an area, temporarily or permanently. c. Dates when an area is stabilized, temporarily or permanently. N. Maintenance: All erosion and sediment control measure will be maintained in good working order. If a repair is necessary, it will be completed within three (3) business days of discovery (pg 25 of Part II): ® Yes ❑ No. If no, please explain the reason: Contractors: (pg 25 of Part II) All contractors should be identified in the plan. If additional room is required, please attach a blank page with information after the plan certification. Contractor Printed Name: Contractor Signature: Contractor Contact Number: I Responsible for: Contractor Printed Name: Contractor Signature: Contractor Contact Number: I Responsible for: Contractor Printed Name: Contractor Signature: Contractor Contact Number: I Responsible for: Contractor Printed Name: Contractor Signature: Contractor Contact Number: I Responsible for: Inspectors: (pg 25 of Part II) Site inspectors should be identified in the plan. If additional room is required, please attach a blank age with information after the plan certification. Inspector Printed Name: Inspector Signature: Inspector Contact Number: Inspector Printed Name: Inspector Signature: Inspector Contact Number: Plan Certification: 26 of Part II) "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Printed Name: Printed Title: Signature: Date: Please note that Attachments C -E do not have to be submitted with the SWPPP. Attachment A Site Map Attachment A Site Map Showing at a minimum the following items: 1. Direction of stormwater flow; 2. Areas of soil disturbance and areas not to be disturbed; 3. Location of major structural and nonstructural controls; 4. Main construction entrance and exit; 5. Location where stabilization practices are expected to occur; 6. Locations of off -site materials, storage, waste or borrow areas; 7. Locations of areas used for concrete wash -out; 8. Location of all surface water bodies (including wetlands); 9. Locations where stormwater is discharged to a surface water and/or municipal separate storm sewer system, if applicable; 10. Locations where stormwater is discharged off -site (should be continuously updated); and 11. Areas where final stabilization has been accomplished and no further construction will take place. Attachment B Site Inspection Form Attachment B STORMWATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT FORM INSPECTOR: DATE: DAYS SINCE LAST RAINFALL: AMOUNT OF LAST RAINFALL AREA DATE SINCE LAST DISTURBED DATE OF NEXT DISTURBANCE STABILIZED (YES/NO) STAB. WITH CONDITION STABILIZATION REQUIRED: SILT FENCE IS THE BOTTOM OF THE FABRIC STILL BURIED? IS THE FABRIC TORN OR SAGGING? ARE THE POSTS TIPPED OVER? HOW DEEP IS THE SEDIMENT? MAINTENANCE REQUIRED FOR SILT FENCE: SEDIMENT BASIN DEPTH OF SEDIMENT IN BASIN? CONDITION OF BASIN SIDE SLOPES? ANY EVIDENCE OF OVERTOPPING OF THE EMBANKMENT? CONDITION OF OUTFALL FROM SEDIMENT BASIN? MAINTENANCE REQUIRED FOR SEDIMENT BASIN: CONSTRUCTION EXIT DOES MUCH SEDIMENT GET TRACKED ON TO ROAD? IS THE GRAVEL CLEAN OR FILLED WITH SEDIMENT? DOES ALL TRAFFIC USE THE STABILIZED EXIT TO LEAVE THE JOB SITE? IS THE CULVERT BENEATH THE EXIT WORKING? MAINTENANCE REQUIRED FOR CONSTRUCTION EXIT: CHANGES TO BE PERFORMED BY: ON OR BEFORE: CHANGES REQUIRED TO THE STORMWATER POLLUTION PREVENTION PLAN: REASONS FOR CHANGES: "I certify under penalty of law that this document was prepared under my direction or supervision. The information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Signature Date For additional information, please use a separate page. Attachment C Computation Sheet for Determining Runoff Coefficients Attachment C Computation Sheet for Determining Runoff Coefficients Total Site Area = 1.5 Acres (A) Existing Site Conditions Impervious Site Area = 0.02 Acres (B) Impervious Site Area Runoff Coefficient 2' 4 = 0.95 (C) Pervious Site Area 3 Pervious Site Area Runoff Coefficient 4 (BxC)+(DxE) C)+ (D x E) Existing Site Area Runoff Coefficient (A) Proposed Site Conditions (after construction) Impervious Site Area 1.48 Acres (D) 0.35 (E) = 0.36 (F) = 0.02 Acres (G) Impervious Site Area Runoff Coefficient 2,4 = 0.95 (H) Pervious Site Area 3 = 1.48 Acres (I) Pervious Site Area Runoff Coefficient 4 = 0.35 (J) Proposed Site Area Runoff Coefficient (G x H)A+ (ix J) _ 0.36 (K) 1. Includes paved areas, areas covered by buildings, and other impervious surfaces. 2. Use 0.95 unless lower or higher runoff coefficient can be verified. 3. Includes areas of vegetation, most unpaved or uncovered soil surfaces, and other pervious areas. 4. Refer to local Hydrology Manual for typical C values. Attachment D Computational Sheet for Determining Run-on Discharges Attachment D Computational Sheet for Determining Run-on Discharges Existing Site Conditions Area Runoff Coefficient Area Rainfall Intensity Drainage Area Site Area Run-on Discharge (A) x (B) x (C) (A) in/hr (B) Acres (C) = ft3/sec (D) Attachment E BMP Consideration Checklist Attachment E BMP Consideration Checklist Note: Attachment E does not have to be submitted with the SWPPP. This attachment is for use during the development of the SWPPP. CONSTRUCTION SITE BMPs CONSIDERATION CHECKLIST The BMPs listed here should be considered for every project. Those BMPs that are not included in the SWPPP must be checked as "Not Used" with a brief statement describing why it is not being used. '!U.tSJIJL'• BMP CONSIDERED CHECK IF CHECK IF No. BMP FOR PROJECT USED NOT IF NOT USED, STATE REASON USED EC -1 Scheduling ❑ ❑ EC -2 Preservation of Existing Vegetation ❑ 0 EC -3 Hydraulic Mulch ❑ ❑ EC -4 Hydroseeding ❑ ❑ EC -5 Soil Binders 0 ❑ EC -6 Straw Mulch 0 ❑ EC -7 Geotextiles & Mats 0 ❑ EC -8 Wood Mulching ❑ ❑ EC -9 Earth Dikes & Drainage Swales ❑ ❑ EC -1 0 Velocity Dissipation Devices ❑ ❑ EC -1 I Slope Drains ❑ ❑ EC -12 BMP No. Stream bank Stabilization jj BMP II •1IJ CONSIDERED FOR PROJECT ❑ 'i '• CHECK IF USED ❑ • CHECK IF NOT USED IF NOT USED, STATE REASON SE -1 Silt Fence ❑ ❑ SE -2 Sediment Basin ❑ ❑ SE -3 Sediment Trap ❑ ❑ SE -4 Check Dam 0 ❑ SE -5 Fiber Rolls ❑ ❑ SE -6 Gravel Bag Berm ❑ ❑ SE -7 Street Sweeping and Vacuuming ❑ ❑ SE -8 Sand Bag Barrier ❑ ❑ SE -9 Straw Bale Barrier ❑ ❑ SE -10 Storm Drain Inlet Protection ❑ ❑ SE -11 Chemical Treatment ❑ ❑ 14 Attachment E BMP Consideration Checklist CONSTRUCTION SITE BMPs CONSIDERATION CHECKLIST The BMPs listed here should be considered for every project. Those BMPs that are not included in the SWPPP must be checked as "Not Used" with a brief statement describing why it is not being used. BMP CONSIDERED CHECK IF CHECK IF No. BMP FOR PROJECT USED NOT iF NOT USED, STATE REASON USED f -• • ! '• • WE -1 Wind Erosion Control ❑ ❑ ., • .• TR-1 Stabilized Construction Entrance/Exit ❑- ❑ TR-2 Stabilized Construction Roadway 0 0 TR-3 Entrance/Outlet Tire Wash NON -STORM, NS -1 Water Conservation Practices , 0 ❑ El . ❑ NS -2 Dewatering Operations 0 ❑ NS -3 Paving and Grinding Operations ❑ ❑ NS -4 Temporary Stream Crossing ❑ ❑ NS -5 Clear Water Diversion ❑ ❑ NS -6 Illicit Connection/ Discharge ❑ ❑ NS -7 Potable Water/Irrigation ❑ ❑ NS -8 Vehicle and Equipment Cleaning 0 ❑ NS -9 Vehicle and Equipment Fueling 0 ❑ NS 10 Vehicle and Equipment Maintenance ❑ ❑ NS -1 1 Pile Driving Operations 0 0 NS -12 Concrete Curing 0 0 NS -13 Concrete Finishing ❑ ❑ NS -14 Material and Equipment Use Over Water ❑ ❑ NS -15 Demolition Adjacent to Water ❑ ❑ NS -16 Temporary Batch Plants 0 ❑ WM-1 3 l LlI1l Material Delivery and Storage ► - • ❑ • ❑ ! ' • WM-2 Material Use ❑ ❑ WM-3 Stockpile Management ❑ 0 WM-4 Spill Prevention and Control ❑ ❑ WM-5 Solid Waste Management ❑ ❑ WM-6 Hazardous Waste Management ❑ ❑ WM-7 Contaminated Soil Management ❑ ❑ WM-8 Concrete Waste Management ❑ ❑ WM-9 Sanitary/Septic Waste Management ❑ ❑ WM-10 Liquid Waste Management ❑ ❑ 15 Stormwater Site Evaluation For: Elkins Outfall Gravity Sewer Improvements Date of Evaluation: Date of Previous Evaluation: Evaluation Type: 7 -day *Use one or more of the following codes for vegetative practices, as applicable: M -mulching; TS -temporary seeding; PS -permanent seeding; MA -matting; VBZ-vegetative buffer zone **Use one or more of the following codes for structural practices, as applicable: SCD- straw bale check dam; RCD- Rock Cheek Dam; DD -diversion dikes; TDD- Trench Dewatering Device; DS -drainage swales; ST -sediment traps; LS -level spreader: SSD-subsurface drains: SDIP-storm drain inlet protection; ROP-rock outlet protection; Were there any problems observed that have not been corrected since the last site evaluation? If so, explain below, or write other comments on back: "I certify that the information contained herein is, to the best of my knowledge and belief, true, accurate, and complete." Report completed by: (Signature/Title) Elkins Outfall Gravity Sewer Improvements RECORDS OF CONSTRUCTION ACTIVITIES Dates shall be recorded when major grading activities occur, construction activities temporarily cease on a portion of the site, construction activities permanently cease on a portion of the site, and when stabilization measures are initiated and completed on the site. i r t xi'% <� Fd 5 f. 4,3. � Y �� 'TY.' n ..� �' s� - 3•s� kza ��s :a`��'.xz �.. � e 4{} g:` S { �F � a„ �x K �'fj� t A i ACTIVITY k{ .. A „n arj,, �. i t sa^v;: ....2� , h ? �. - "s. t _s� F Y £ f DATES£ {y. DATE �d 3= MEASURES THE CITY OF FAYETTEVILLE, ARKANSAS UTILITIES DEPARTMENT 1 i 3 West Mountain Fayetteville, AR 12101 P f47'3) $75-8339 F (479) 575-8257 A 3XAN September 16, 2011 George McCluskey State Historic Preservation Office 1500 Tower Building 323 Center Street Little Rock, AR 72201 Re: Elkins Gravity Sewer Outfall Improvements, Elkins, Arkansas Section 106 Review Dear Mr. McCluskey: As part of maintaining their sanitary sewer system, the City of Fayetteville desires to replace an existing gravity sewer line. The sewer line replacement will include excavating and replacing deteriorated 10" pipes with 18" pipes for approximately 4,300 linear feet, removing and disposing of existing manholes, and constructing new manholes. A jurisdiction determination from the U.S. Army Corps of Engineers is currently being pursued regarding the wet weather channel located within the site. Please refer to the attached map for the project location. We request your review of the proposed improvements as they concern cultural resources as overseen by your office. No registered historical sites were observed within 2.5 miles of the proposed sewer line using the National Park Service National Register of Historic Places Google Earth overlay. This project will not impact any buildings or structures. Receipt of the review within 30 days would be greatly appreciated and would enable the City to promptly construct the designed sewer line improvements. The City of Fayetteville is committed to maintaining its sewer lines to serve the citizens of Fayetteville and Elkins, and greatly appreciates your help in achieving this goal. Please review the enclosed materials at your convenience, and please call or write if you have any questions. We look forward to receiving your review in the near future. Please contact me by email mesiyetteville.ar.us or telephone (479) 444-3452 if you have any questions. Sincerely, CITY OF FAYETTEVILLE Shannon io , P.E. Utilities Engineer Attachments: Site Location Map Telecommunications Device for the Deaf 1'1.20 {479) 521-1316 113 West Mountain - Fayetteville, AR 72701 SNF0 letter.doc IN [i1�:FLY k13F'i'xtt €'t:) United States Department of the Interior FISH AND WILDLIFE SERVICE 110 S. Amity Road, Suite 300 Conway, Arkansas 72032 Tel.: 501./513-4470 Fax: 501 /513-4480 October 11, 2011 Reference: TA0001 Shannon Jones City of Fayetteville Utilities Department 113 West Mountain Fayetteville, AR 72701 Dear Ms. Jones: The U.S. Fish and Wildlife Service (Service) has reviewed the information supplied in your letter dated September 16, 2011, regarding the proposed replacement of an existing gravity sewer line in the city of Elkins, Washington County, Arkansas. Our comments are submitted in accordance with the Endangered Species Act (87 Stat. 884, as amended 16 U.S.C. 1531 et seq.). The following federally listed threatened and endangered species are known to occur in this region: Ozark big -eared bat (Corynorhinus townsendii ingens), Florida panther (Fe/is concolor coryi), Missouri bladderpod (Physaria filiformis), Gray bat (Myotis grisescens), Indiana bat (Myotis soda/is), cave crayfish (Cambarus aculabrum), Pink mucket (Lampsilis abrupter), scaleshell (Leptodea leptodon), interior least tern (Sterna antillarum athalassos), Ozark hellbender (Cryptobranchus alleganiensis bishopi), fat pocketbook (Potamilus capax), and piping plover (Charadrius melodus). In addition the candidate species Neosho mucket (Lampsilis rafnesqueana), Arkansas darter (Etheostoma cragini), and rabbitsfoot (Quadrula cylindrica cylindrica) are also known to occur in this region. Sediment and/or nutrient transport from the proposed project location may have direct, indirect, and/or cumulative effects to mussels, fish hosts, and/or their habitat(s). The effects of sedimentation and nutrients (e.g., ammonia, etc.) on mussels, fish, and their habitats are well documented in the scientific literature. Adverse effects associated with sedimentation and nutrification from all phases of construction activities may be minimized and/or alleviated through proper implementation and maintenance of erosion control best management practices and maintaining vegetative buffers. Buffer width is dependent upon slope, vegetation type, and soil types. The Service can provide additional technical assistance on appropriate vegetative buffer widths upon request. The following best management practices (BMPs) do not override other BMPs that may have been specified to use from other sources, but are in addition to those instructions. Erosion and Sediment Control BMPs should be implemented for all construction projects within karst landscapes. BMPs should include filter fences, straw bales, interceptor dikes and swales, sediment traps, ditch checks, detention basins, mulching, seeding, and/or revegetation as appropriate. Mats or netting should be applied on steep slopes and stream banks. Erosion and sediment control measures should be sized to handle at least the 25 year flood and 24 -hour storm event. Erosion and sediment control BMP's should be implemented to prevent sediment and contaminants from entering groundwater. It is important that construction plans reduce erosion and sedimentation into streams and karst features by: • Identifying areas with potential for erosion problems prior to construction initiation. • Avoiding wetlands and low lying areas. • Restoring steep embankments with seed, mulch, fertilizer, and implementing erosion control measures such as silt fences, straw bales, matting, and sediment traps. Soil stabilization immediately after earth work is complete is critical. • Restoring steep approaches to stream crossings by seeding, mulching, fertilizing, and implementing erosion control measures such as silt filter fences, ditch checks, straw bales, matting, and sediment traps. It is critical that restoration be implemented immediately after construction. • On approaches to stream crossings, drainage control structures should be located at the top and base of the slope/bank. Runoff should be routed to stable slopes on either side of the right of way, or routed via temporary conveyance structures to the base of the approach slope where it can infiltrate into the stream bank and eventually seep back to the channel. Construction in Sensitive Areas As the true extent of the underground environment is difficult to clearly delineate, undiscovered karst features; such as cave openings, sinkholes, and underground passages may occur on or near a project site, even in previously developed areas. Therefore, the Service recommends the following precautionary measures be taken to avoid impacts to groundwater and sensitive or endangered species which may inhabit karst features not previously surveyed. • Survey existing and any new right-of-ways for karst features such as caves, sinkholes, losing streams, and springs. • Establish a natural area of 300 feet or greater around any cave, sinkhole, losing stream, or spring found during the survey (or during any aspect of project implementation). The Service should be contacted for further evaluation to determine if caves are used by sensitive or federally listed species. If a cave is used by sensitive or federally listed species, the Service may request that the cave be mapped to determine if additional openings or passages may be affected by the project. The Service may recommend modifications of the proposed project to allow natural areas to be established, Incorporation of natural areas may be necessary to avoid impacts. if caves or other openings are encountered during construction, the Service requests that work efforts cease within 300 feet of the opening. The opening should be adequately marked and protected from work activities, and the Service should be contacted immediately. No fill materials should be placed into the opening until Service or Service approved personnel have the opportunity to inventory the site. • The Service should assess caves located prior to or during construction for sensitive/endangered species and provide recommendations before activities proceed. • No blasting should be permitted in the vicinity of any known karst feature without previous consultation. Additional measures may be required for construction near sensitive areas including stream channels and karst features. Care should be taken when working around streams and karst features to prevent unnecessary damage to or removal of vegetation. If a cave or fracture is breeched or surface water is rerouted into a karst feature, all activities should cease and the Service should be contacted to assess the situation and provide further consultation before proceeding. Staging areas should be at least 300 feet away from streams, wetlands, and karst features. All streams, wetlands, and karst features adjacent to disturbed areas should be protected by the use of silt fence, straw bales, and other BMPs necessary to prevent sediment from entering water bodies. A combination of several measures may be necessary to decrease damage at stream crossings. In streams with enough flow, temporary in -stream settling ponds should be used to catch sediment generated by construction. Sediment should be removed as soon as construction is completed. For smaller streams or where appropriate, water could be bypassed through construction areas by the use of flume pipes, pumps, or coffer dams. Stream can be bypassed using directional drilling techniques, as discussed later. Streams and karst areas should be restored and stabilized immediately following construction activities. Native plants, mats, netting, and other BMPs should be used to stabilize banks. Instream deflectors and anchored logs should be used in high velocity streams to protect vulnerable banks and allow for reestablishment of vegetation. Riprap revetment should also be used, if necessary, to help stabilize slopes in areas of high velocity stream flows. The use of riprap should, however, be minimized. Rock typical of the local geology should be used if available. Monitoring of BMP performance in critical areas, particularly at sensitive stream crossings and stream approach slopes should be conducted and documented on a routine basis prior to and after storms during construction and operation. Based on monitoring, additional BMPs or other improvements may be necessary to insure minimization of impact. All efforts should be made to minimize stream alterations which could impact water quality and fish and wildlife resources. Construction along streams should not take place during fish spawning seasons if possible. Stormwater Stormwater concerns occur during construction and after the site is developed and stabilized. Threats to groundwater shift from sediment and fuel/oil/grease, to lawn chemicals, oil and grease from personal vehicles, brake dust, chip seals, roof tar, and other household contaminants. Plans should be made to address post construction stormwater contaminants. The Arkansas Department of Environmental Quality and the Environmental Protection Agency oversee and permit stormwater runoff In 2003, the Northwest Arkansas Regional Planning Commission developed the Northwest Arkansas Stormwater Quality Best Management Practices Preliminary Guide Manual for community use. The manual was developed with six control measures including public education and outreach, public participation and involvement, illicit discharge, detection and elimination, construction site runoff control, post -construction runoff control, pollution prevention, and good housekeeping. When open land is developed the hydrology of the site completely changes. Possible contaminants associated with development include sediment, nutrients, microbes, organic matter, toxic contaminants, trash, and debris. Each of these together or separately can pollute groundwater. Once contaminants leave the site and enter drainage within a groundwater recharge zone, whatever the water was carrying is now contributing to groundwater contamination threatens rare and endangered karst animals. The comments herein are for the sole purpose of providing technical assistance to the action agency or for individual pre -project planning assistance. These comments and opinions should not be misconstrued as an "effect determination" or considered as concurrence with any proceeding determination(s) by the action agency in accordance with Section 7 of the ESA. These comments do not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, a finding concurrence letter, etc.) from the Service, both lethal and nonlethal "take" of protected species are in violation of the ESA. We appreciate your interest in the conservation of endangered species. If you have any questions, please contact the Arkansas Ecological Services Staff at (501) 513-4487. Adopted on March 1, 2011 by Ordinance No. 115�90 INDEX 1� 4 Introduction 3 S 4afF - Ordinance Requirements for { i Property Maintenance mn: LAWN & GARDEN CARE 6 s` PESTICIDE & FERTILIZER APPLICATION 9 REMOVING VEGETATION 10 IN —STREAM MAINTENANCE ACTIVITIES 12 ADDITIONAL. RESOURCES 14 Helpful Information for Property Maintenance==r}: SOIL EROSION 15 REVEG.ETATION: WHAT TO PLANT 16 PETS & PET WASTE 18 Ordinance Requirements for Development and Construction STREAMSIDE PROTECTION MEASURES & CONSTRUCTION 19 STREAM CROSSINGS FOR TRANSPORTATION 20 UTILITIES 22 ' 4 PAVED TRAILS & IMPERVIOUS SURFACES 25 STORMWATER OUTFALLS 27 ry MITIGATION PRACTICES FOR APPROVED VARIANCES 31 I.,OW IMPACT DEVELOPMENT 31 The City of Fayetteville adopted a Streamside Protection Ordinance to accomplish several goals: 1) Reduce Pollutants in the Waterways: Pollutants damage fragile ecosystems in our city's waterways and increase the costs of treating drinking water, which has a direct effect on water rates. 2) Preserve Flood Capacity: Healthy streamsides result in less flooding by providing greater infiltration capacity and slowing down stormwater that runs into the streams. 3) Protect the Integrity of a Natural Resource: Protecting the streamsides ensures greater recreational and nature enjoyment for current residents as well as future generations. The ordinance establishes streamside protection zones along many of our Citys streams and establishes protective requirements within those streamside buffers. This Best Management Practices (BMP) manual provides guidance for complying with the requirements adopted in the Streamside Protection Ordinance. A streamside buffer may also be called a riparian or forested buffer. It is the area along a stream that acts as a buffer between the waterway and activities that have a negative impact on the aquatic environment. These buffers protect natural habitats, reduce the potential for flooding and filter pollutants such as sediment, nutrients, bacteria, trash, emerging contaminants and vehicle pollutants. Fayetteville is home to countless numbers of streams. The adopted ordinance affects streams that have at least 100 acres draining into that stream, which means it's typically a stream that runs year-round. However, this BMP manual can be used to protect smaller streams. Approximately 25 percent of the area affected by the ordinance is public property, often located in city parks and near trails. The rest of the area is owned by private property owners, which means that the entire community has a responsibility to ensure the protection of Fayetteville's waterways. and the odes, and [rid to the water and City of Fayetteville: Streamside Protection Best Practices Streams identified on the Streamside Protection Map will have at least a 50 -foot buffer applied from the top of bank. Visit NN ww accessfayetteville.or or the (Development Services office to view the Streamside Protection Map. If your property contains or borders a buffer zone, the extent of the buffer should be measured from the stream's top of bank, as follows: 1) Waterside Zone — 25 feet from top of bank, and an additional 20 feet if the slope exceeds 15%*; and 2) Management Zone — 25 feet from edge of Waterside Zone or to the edge of the FEMA floodway, whichever is greater. *[Slope shallbe calculated at the upstream and downstream property lines for every property. Properties that exceed 100 feet in width shall require additional slope calculations at 1.00 foot increments.] Protected Streams tk Lii \ *FF,ft , ikC� ♦ +.' w .4...... j dsS_ir3 fig' X �'�r# x. arz F Yc� r ♦ r .'.r.✓ F 4 to xa - - &.-' ° • -'i�sYYi a t tf ♦'i.�. ...f-i Fh a> �5 �� �. JS. '?')v t t�ytf (,'jC�%�.. '-_.«�``r--RJ"u i . ypx ]K x� "ti> Y Q�k£ f� f..x' .y a� x Lr��`C � �✓�sa x 5 x v }. r � {. ✓ . " � � f.. Ja ; ..—.. facirstr' z � � a8 (. � � r � -x ✓ �' s - � �-�. j'5 r- y4� .`♦`�� Ik° ".>»i3�' X'�� r � ij "�.—'^.» •fir. _ 't„- x �,,,` x <s .zr 5c1Q' R 'x' .".."1 �. j�! �``�` s ' l s 491i�te Hii.er 4 g tit 2 3 N ✓ a" �. `t .z a riv1 ~i'" ? • z -v ♦ Sm r t .> a. `� ,'ry `� � xt y ti #•,'' tai. f e� r � r� ` _' �, s..3s f- :x yT t : �gri ,Yrygq 4 v '',"stt.+ .a I�. S £ $ 4 _ 4 2Q3�3�i i i 7" f' 'r'. . _ F _ }k sr ♦ a/ d , K ' d t ` } r LAKESEQUOYAN y • "�'...x .e en - e i s ti aaa��� rn37 R;i;• ? '�t� x. -x . •.,.,_., �t. - ��y ''�. � +"� k -. s<#;�.^ae sc�°ar x sF r - c % µK`s.....-'♦ Legend 4rx r Streamside Buffer Start L.crca - ' - Streams'.Mthin Buffer Zone �# st �� •... Streams Outside Suffer Zone i } q d � City of i ayetteville: Streamside Protection Best Practices Streamside Zones: Cross section THE WATERSIDE ZONE EXTENDS 25 FEET FROM TOP OF BANK (T.O.B.) WHEN THE SLOPE IS LESS THAN 15%. THE BOUNDARY MOVES BACK AN ADDITIONAL 20 FEET FROM THE T_O.B_ FOR SLOPE THAT EXCEEDS 15%. DRAWING NOT TO SCALE. �wz ,;,_yy,j�; -. WATERSIDE ZONE: 25' 4 a MANAGEMEN WATERSIDE :• (15% SLOPE OR LESE) E ZONE:25 25ZONE:25 25' WAITiRNDE ZONE. 45` (BOUNDARY MOVES BACK AN AONT(ONAL Y' FOR SLOPE EXCEEDING STREAMSIDE ZONE BOUNDARIES WATERSIDE ZONE BOUNDARIES WITH WITH 15% SLOPE OR LESS SLOPE GREATER THAN 15% Streamside Zones: Slope Diagram (Aerial View) 2b' / I.. 2s ......................... EDGE OF WATERSIDE ZONE WATERSIDE ZONE WATERSIDE ZONE EXTENDED 20 FEET WHERE SLOPE EXCEEDS 15% EDGE OF MANAGEMENT ZONE 1I MANAGEMENT ZONE 25 SLOPE MEASUREMENT POINTS PROPERTY LINE DIRECTION OF STREAM FLOW TOP OF BANK MEASUREMENTS TAKEN AT 100 FOOT INTERVALS AND PROPERTY LINES, WHICHEVER IS THE SHORTEST DISTANCE. there ;lope the le to to enter he later. City of Fayetteville: Streamside Protection Best Practices The goal of buffer management is to develop a self -sustainable, s'. variable -aged stand of mixed trees, shrubs and groundcover with a floor of either leaf litter and debris, or mulch. I.)ense, vigorous , Mowing twice during the vegetation protects the soil from raindrop impact, a major force in =:< seasonis usually enough. dislodging soil particles and moving them down slope. The shielding flow just before annual effect of a plant canopy is augmented by roots that hold the soil, veeds, produce seeds improve its physical condition, and increase the rate of infiltration. to keep the seed from F ; aiuring Plants also reduce the moisture content of soil through their uptake of water and transpiration, the process by which moisture escapes 4y Soil testing is available through their leaves and stems, thus increasing the soil's capacity wee of oharge.. Contact to absorb water. Large trees and carefully designed buffers may the < Washington bounty dramatically increase property value. Once established, vegetated Extension Qfilce at buffers do not require maintenance beyond the routine procedures gl 444-1755 and periodic inspections. LAWN AND GARDEN CARE Ordinance requirements: • Managing your lawn, and garden, is permitted within the streamside protection zones; however, the best care of a buffer area is a hands-off approach. In the Waterside Zone, the best management practices are required; in the Management Zone, the �getafd streriiA best management practices are encouraged. • New lawns and gardens may only be created within the buffer area if the lawn would not replace woody vegetation. Many properties have existing lawns ardens that already extended into the and g Maintained lawns, buffer prior to the establishment of the streamside buffer and are whLle b than bare grandfathered in under this oidinance soil ao not provide all • Some City parks are included in the properties that have of the required u er func existing lawns withinthe buffer area. Some of these lawns have ions and may aty contribute to playgrounds or other recreational uses, which will continue to require that the lawns be mowed more frequently than severale source dell on applicator} times a year for reasons of public safety. , � es and. pesticides associated with ' maintaining a lawn City of Fayetteville: Streamside Protection Best Practices _ Why are lawns and gardens discouraged in the streeimside protection zone? Manicured lawns do not perform important buffer functions like preventing erosion and slowing water run-off. The root systems of manicured lawns arc not deep enough or strong enough to prevent strewn banks from eroding, which can lead to loss of property. In addition, lawns typically are not tall enough to adequately slow down water as it runs into the creek, preventing filtration and causing water surges during storm events. Additionally, manicured lawns and gardens will often require the application of -fertilizers, herbicides and pesticides, which increases the likelihood that these pollutants will enter the water system. Leaves and grass clippings naturally contain nutrients such as phosphorus and nitrogen, which means that these pollutants can enter the waterways when leaves and grass clippings are swept into the buffer areas. Leaves and grass can also clog storm sewers and drainage swales and contribute to localized flooding. The nutrients that create fertile soil for gardening also foster algae growth in waterways. When possible, property owners should locate gardens and compost piles outside of the streamside protection zones. What do I do? Property owners can help protect streams by employing the following best practices: Lawn and Garden Management Practices: ► Limit treatment with herbicides, pesticides or fertilizers. ► Mow on the highest setting on your lawn mower. ► Reduce the frequency with which you mow to only several times a year within the buffer area, provided the property does not become unsightly or unsanitary as outlined in Chapter 95 of the Fayetteville City Code. ► Dispose of leaves and grass clippings outside of the ere than )adcast to y Design pact Design City of Fayetteville; Streamside Protection Best Practices streamside protection zones. ► Make sure leaves and grass clippings are not raked to or disposed of in the street or other water flow routes where the nutrients they contain can be washed into streams. ► Sweep clippings and leaves off paved surfaces and onto lawns. ► When possible, property owners should locate gardens and compost piles outside of the streamside protection zones. ► Position garden rows parallel to the stream to reduce potential sediment and nutrient run-off. ► Establish a small buffer around the garden to reduce potential sediment and nutrient run --off. Other Alternatives: ► Convert such lawn areas to woody vegetation or native grasses that are not mowed. ► If you would like to have access or a view of the stream, then you could create a small area of low growing vegetation that will preserve the buffer and the wildlife corridor. , or theseof a awn mower. City of Fayetteville: Streamside Protection Best Practices 3 PESTICIDE AND FERTILIZER APPLICATION Fayetteville offers a weekly curbside Yard Waste Ordinance requirements: „•, Service to city residents • rt eriviranm Fertilizers and pesticides may be permitted when applied in asfor or conformance with the following standards. crsclous means for disposing of yard waste. • Storage of hazardous materials or chemicals in the streamsideb The City collects yard protection zone is prohibited unless stored in waterproof containers it waste in the form of grass, in a garage or shed protected from precipitation. leaves and brush. The City encourages participation in Et In the Waterside Zone, the best management practices are required; erm of yard waste �, some reusewhether it isthe Yard in the Management Zone, the best management practices are €t ' ed. Waste Service, backyard encouraged composting or the use of a mulching lawn mower. Why is the use of chemicals on the lawn discouraged? Chemicals contaminate the water supply. Chemical treatment may be required to counter the tenacity of invasive species or insects, but because of dangers of unintended damage to the underlying native vegetation or "good" insects, chemical use should be the choice of last or extreme resort. What do I doh ► Store all chemicals in waterproof containers in a garage or shed protected from precipitation .= What is woody vegetation? ► Buy only what you need to reduce the need to store leftovers., Woody vegetation includes noninvasive trees and shrubs or vines with hard, :t 1ckstems, One way to REMOVING VEGETATION _ tell if shrubs or vines could be classified ;as woody Ordinance requirements: vegetation is to see if they • inc removal of non-invasive living trees and woody vegetation is have bark on their stems. prohibited in the streamside protection zone, unless the removal is needed to maintain drainage capacity in the stream channel. "` a In addition, removing dead vegetation, invasive species, and pruning is allowed. In the Waterside Zone, the best management practices are required, in the Management Zone, the best management practices are encouraged. When should I remove vegetation? Minimal pruning should be required because trees will self -prune as lower branches get shaded out. Trees grow most efficiently when there is enough canopy to provide plenty of food for the tree. Overzealous pruning can result in the loss of food production so that trees become stunted and may take time to regain optimum growth rates. Removal of vegetation should also be considered when invasive City of Fayetteville: Streamside Protection Best Practices „ 9 species threaten to over -run or out- compete native trees and shrubs. Control of n.on--native, exotic species, or even invasive native species, may be justified when this happens. } What do I do? ► Leave stumps and roots in place to help bind the soil, if they are not a danger to life or property. Leaving an otherwise healthy stump can encourage new growth and regeneration. ► Contact a certified arbo.ri.st if a tree is diseased or infested and threatens other trees in the vicinity. A list of tree pruners! tree services certified by the City of Fayetteville is available at accessfayetteville.o.rg. ► Prune trees during late fall, winter, or early spring while the � snag plants are dormant. Pruning while the tree is dormant helps reduce problems with losing food production while actively growing and decreases the risk of infection. ► When pruning trees and shrubs: • Correct multiple leaders as soon as possible. • Leave side branches until they are 1 inch in diameter, but remove before they become 3 inches in diameter. • Never cut out more than 25% of the crown of a tree. • Retain at least. 2/3 of the tree height in live branches to protect tree health. City of Fayetteville: Stredmside Protection Best Practices When sediment is removed from a stream channel, further .,=k deepening of the channel as well as bank erosionoften occurs. This could lead to property damage or loss during high flow events. Sediment removal at one stream location can also lead to bank failure and property loss at upstream locations as well. Downstream pr�perty ross of where the sediment has beenremoved, all the newly erodedfrom proper sediment sediment collects. This restricts the channel flow, often causing emovaF ' extreme widening of the channel. This sediment deposition can result in property damage or loss during flood events for downstream 1Sediniantln the am and neighbors. 1c5 range in Size Why should caution be exercised when removing _ Sara boulders trees within the channel9� .: Many healthy trees lean over to catch sunlight and remain that way for many years. Determination of tree removal should consider a variety of factors, including the tree's overall condition, its potential for falling, and the amount of undercutting it may be causing. What Do I Do? ► Restore the channel to a width and depth consistent with the a el width and depth observed at a more stable channel location City of Fayetteville: Streamside Protection Best Practices in cases where there has been a significant change in the flow k area of the channel. Remove blockages such as large trees or debris that are underneath, or against a bridge or culvert to maintain or protect approaches to stream crossing structures. ► Leave stumps unless the stump is obstructing flow in a harmful way. If possible cut the stump flush with the existing ground. If stump is removed back fill the hole with soil or rock to stabilize and revegetate th.e disturbed area. ► Do not remove large rock and boulders from a stream. Gravel bars, rocks and boulders all help reduce flood power, keep a stream stable and provide valuable aquatic habitat. ► Do not place loose gravel and. material on stream banks or build up artificial barriers, debris piles or levees. This will prevent the stream. from spreading out on the floodplain and will increase water velocities and associated flooding downstream. ► Contact state or federal resource agencies about obtaining the required permits for in -stream activities. ► The Corps of Engineers can provide guidelines for responsible methods of sediment removal including how heavy equipment may be used. Heavy equipment in the stream such as bulldozers should not be used in the creek without proper permits and approvals. ► A Corps of Engineers permit is required when more than 25 cubic yards of fill material will be used below the "ordinary high water mark" (the approximate yearly flood level). US Army Corps of Engineers, Beaver Lake Project Office, (479) 636-1210 or ceswl-by usace.arm, ► Arkansas Department of Environmental Quality may require a permit called a Short Term Activity Authorization for stream activity with the potential to create a water quality standards violation such as turbidity. Arkansas Department of Environmental Quality, (501) 682-0645 or http://wwwadeq.state.a.r.us/ vel where 'channel ise of the Irate the rnet City of Fayetteville: Streamside Protection Best Practices ADDITIONAL RESOURCES II! R Washington County Cooperative Extension Office and U of A plants database , htrp://www.arho.rneandga.rd.en..o.rg/landscaping.htm IJI.. 479-44.4-i 755 ► USDA Plant Database h ttp : ................................. g/ ► "Go Native When. You Go Green!„ http: //wwwfayettevillenatura.l.. org/userfil.es/file/No.rthwest°/©20 A.rk%20Trees%20and%20Sh.rubs.pdf ► City of Fayetteville Tree and Landscape Manual Listed on the City Parks and Recreation website under "Urban aF&iz- Forestry' http://www.accessfayettev.ille.org/governmen.t/parks_and_ recreation/documents/ ► University of Florida & USFS Northern Tree Database http://lyra. ifs. ufl.edu/Northe rnTrees/ ► University of Florida Landscape Plants Database http://hort. ifasufi.edu/woody/ ► National Invasive Species Information Center http://vw. w invasivesspeciesinfo.gov/unitedstates/ar.shtml City of Fayetteville: Streamside Protection Best Practices SOIL EROSION What's wrong with bare soil? The Environmental Protection Agency lists sediment as the most common pollutant in rivers, streams, .lakes and. reservoirs, causing $16 billion in environmental damage annually. Area waterways, such as the West Fork of the White River, are listed as impaired for sediment. Sediment entering waterways degrades the quality of drinking water, wildlife and the land surrounding streams in several ways: • Sediment fills up storm drains and catch basins that carry water away from. roads and homes, which increases the potential for flooding. • Sediment in stream beds destroys habitats for the smallest organisms and causes .massive declines in fish populations. • Sediment increases the cost of treating drinking water and can result in odor and taste problems. • Sediment particles carry other pollutants such as phosphorus, pathogens and heavy metals, What do I do? ► Inspect areas for bare soil after heavy rainfall. Focus on gully erosion, the density of the vegetation, evidence of concentrated water flow through the areas, and any damage from foot or vehicular traffic, ► Plant ground cover vegetation or use wood -chip mulch or landscape fabric. ► On steep slopes, plant a vigorous ground cover and avoid turf IPank'restoration"using." grass that requires mowing. City of Fayetteville: Streamside Protection Best Practices ` What do I do? ► Plant native plants, which are already adapted to the area and generally withstand local weather and soil conditions. They often require less ongoing maintenance, including watering. Native plants are naturally resistant to insect pests and diseases and by planting them not only are you are helping prevent the establishment and spread of invasive non-native plants, but also protecting the local ecology. ► Replant in such a way that minimizes disturbance to the root systems of existing vegetation. ► Avoid planting invasive species. City of Fayetteville; Streamside Protection best Practices a species; Suckle; lute, English id waged Examples of species suitable for planting in riparian buffers. Flood Tolerant nt Tree ,,j '�` �y� 1. .y,.t $ Bald "Cypress} f te�ticl�u�xt:BlackWillow vereup Oak Queivus lyrata t,,��11v �yj. [(�r}pilS, y+� swamp Tupelo M1 :/',ss s IV Qt! ca 'x r " ifof-"5't� ,x z �.r �,; .,+v" .^ ✓- ��++,,��'4 t'efys�� ry k [ iA' �a7� x ti Water Tuo Nys s a Moderately o Tolerant Trees 'z il Yx Sycamore ? a t cciden lrs �b dug Gel ti e vigata h . Cottonwood � 5 �,�rl�y���py .�}]� (�y+� , n' LIFLTi7` el ctas �� ,c„ry�Y Z<t Y � Z 4 2 � t Y', �, �Y am Greensh Fraxinus anicanig ree er Birch y!!Eq �v�K3�,{�'{ } � *, � 1�' �R� )i1� �f� � ( 4� } '" Chestnut k .h QY� - 1 ;,Il y}$} Q�eius nu am a t t �� {� TreesA{I �"✓ 'X Persi�� ��' h � s� Quernuen II Yi Y : ,.,,tt �,� - li- 5-•5�4Y- { � � �, .»Q: S F ., 3 C S .-x rr City of Fayetteville: Streamside Protection Best Practices '.:,, ANIMAL AND PET WASTE Does pet waste really affect our streams? The EPA. has placed pet waste in the same category of nonpoint source pollution as oil and toxic chemicals. It is considered a major pollutant and contaminant of water supplies and is one of the most common sources of nutrient load in waterways. Pet waste in lakes and streams can use up and lower oxygen levels, killing fish. Nutrients from the waste can encourage weed and algae growth, which is harmful to a healthy balance in an aquatic system. What do I do? ► Kennels are prohibited within the streamside protection zone and should be located away from any drainage paths leading to the stream. Kennels as defined in the Unified Development Code are structures or facilities used for the purpose of breeding two or more litters within a 12 -month period or a facility that keeps animals commercially and has open dog runs. ► Pet waste should be picked up regularly and disposed of in the trash. ► While fowl would typically be considered livestock, the City of Fayetteville does allow single-family residences to keep up to four hens in a fenced enclosure, (See §164.04 of the Unified Development Code.). Just like other pets, these hens would be allowed, but the coop/roost area should be located outside the Waterside Zone when possible. City of Fayetteville: Streamside Protection Best Practices STREAMSIDE PROTECTION MEASURES AND CONSTRUCTION Ordinance Requirements • Prior to any land clearing or soil disturbing activity, the Streamside Protection Zones (SPZ) boundaries shall be clearly delineated on site by the applicant, and such delineation shall be maintained throughout construction activities. • A. site inspection followed by periodic inspections during construction will be conducted by the City Engineer or designated representative to ensure compliance with the Streamside Protection Zones ordinance. • Streamside protection zones shall be protected from construction activity. To prevent negative impacts, construction vehicule access is prohibited in the SPZ except at permittedcrossings. • Storage of construction vehicles, materials, debris, spoils or equipment is prohibited in the SPZ. • Before commencing any construction activity, the applicant shall install silt fencing on the site at the outer edge of the SPZ, or as directed by the City Engineer. The City Engineer may require other protective measures based upon the individual characteristics of the site and the proposed construction methods. • If the required barriers surrounding the SPZ are not adequately maintained during construction, the City Engineer shall prescribe remedial measures, and may issue a stop work order in accordance with §153.07. • All remedial measures shall be completed within the specified amount of time and shall be considered prior to granting future inspections from any other city division, final plat approval or issuing a certificate of occupancy. • The City Engineer may require other protective measures based upon the individual characteristics of the site and the proposed construction methods. traction activities can rticutarly damaging t streamslde Some results of zone >s of inent loss due to avenue for o establish on:zane City of Fayetteville: Streamside Protection Best Practices Minimizing Stream Crossing Impacts City of Fayetteville: Streamside Protection Best Practices ► Maintain a natural substrate underneath the bridge. If concrete is necessary to prevent scour, then it is recommended to cover the concrete with a natural substrate. All disturbed areas shall be revegetated immediately upon completion of the work M► The use of culverts should be avoided. If culverts must be used, the following installation guidelines should be followed: = Provide water depths and velocities (at low flows) matching natural areas upstream and downstream of the crossing. • Create no drop-offs or plunge pools and no constriction of the channel. The practices listed may be subject to additional regulation per UDC Chapter 168 Flood Damage Prevention Code, Chapter 169 Physical. Alteration of Land, and Chapter 170 Stormwater Management, Drainage and Erosion Control. City of Fayetteville; Streamside Protection Best Practices UTILITIES Ordinance requirements: .............. ... • Maintenance and upgrades of existing utility facilities are allowed in the Waterside Zone if BMPs are followed. BMPs are encouraged in the Management Zone. • Installation of new utility facilities are allowed in the Management Zone, and may be allowed in the Waterside Zone if the City Engineer determines there is no practical and feasible alternative. This requirement also applies to the installation of facilities in the waterway itself. Maintenance, Upgrades and Installation of New Utilities: ► The width of the easement shall be limited to the minimum width necessary for the utility's installation and maintenance. ► Once started., carry out and complete construction without delay. Leaving construction work incomplete increases risk of erosionand sediment transport. ► Where clearing is required, limit or delay grubbing until grading and construction is ready to proceed; the root masses and associated organic matter provide substantial erosion control. • Clearing ahead of the point of construction may not exceed 500 feet. • Except for clearing, the maximum length of disturbed work area, including grubbing, shall not exceed 300 feet before temporary stabilization is made with, at a minimum, seed and. mulch. • Permanent soil stabilization with perennial vegetation or other permanently stable, non -eroding surface shall be initiated within 14 days after final site grading. • Implement erosion and sediment controls that meet or exceed the requirements set forth in UDC Chapter 1.69 and 179 and the Arkansas Department of Environmental Quality. • 6S9 3"4 .Ivr riE u ri Y„s+ City of Fayetteville; Streamside Protection Pest Practices ► Access maintenance routes shall be limited to 20 feet in width and, where possible, shall approach manholes, risers, valves, or other appurtenances perpendicular to the stream rather than running the length of the utility line to minimize post installation clearing in the buffer. ► Leave stumps and roots in place when trees are cleared to help bind the soil, if they are not a danger to life or property. ► Prepare and maintain on site a Stormwater Pollution Prevention Plan (SWPPP) for construction sites over one acre. (Required by the Arkansas Department of Environmental Quality) ► File a Notice of intent with the Arkansas Department of Environmental Quality for construction sites over five acres. (Required by the Arkansas Department of Environmental Quality) ► Sediment and erosion controls shall be installed prior to any surface disturbance activity, such as clearing or grubbing. Installation of Utility Stream Crossings: ► Crossings shall be contained within the footprint of an existing road or utility crossing where possible. ► Stream bank stabilization to protect new structures from future channel migration shall be accomplished through vegetative or flexible linings. The utility installation shall not increase or decrease the natural rate of channel migration. ► For above grade utility crossings, pier locations shall be planned to minimize or avoid placement in the stream. ► Below grade utility crossings: • The installation shall be accomplished by directional boring or jacking beneath the scour depth of the water body and channel migration zone, where feasible. Where directional boring or jacking are not feasible, detailed plans showing how flow will be diverted away from the area during construction (use of coffer dams, temporary culverts, etc.) and how the channel will be rehabilitated to its pre -alteration state following installation of the utility are required Utilities shall cross at an angle perpendicular to the channel centerline, or as near to perpendicular as City of Fayetteville. Streamside Protection Best Practices possible, whenever boring under the channel is not feasible. • Below grade utilities shall be encased in steel, to minimize maintenance needs, and buried to a depth sufficient so as not to alter the flow of the stream, catch debris, or cause erosion or deposition. City of Fayetteville: Streamside Protection Best Practices ..... �; �]ryjy TRAILS PAVED AND IMPERVIOUS` 5 Y^ SURFACES Ordinance requirements: • Paved trails or other impervious surfaces not exceeding 12 feet in width are permitted in the Waterside Zone when the City Engineer determines that there is no practicaland feasible ri alternative. f "` Trails, like any impervious surface, prevent infiltration and require the removal of vegetation, which can compromise the bank's stability. i However, the trails system also offers multiple benefits to riparian lY ' k areas: By creating a place for public enjoyment along the stream, the trail brings people in contact with the stream to appreciate the natural beauty and report dumping or other detrimental activities. The Adopt -A -Trail program has been very successful at attracting volunteers to pick up litter along the trails and stream corridors. • The trail provides educational opportunities alongream tolteer the stream by providing easy access to the unique ?' 9 and diverse riparian corridor. Children can come in direct contact with the streams and grow a stronger appreciation for the natural systems. • The trail provides access for equipment to remove large = debris or trash and repair impaired areas of the stream to prevent future stream bank erosion through naturalized repair methods. legal The following best management practices are required in the Waterside Zone and encouraged in the Management Zone: Fw z ► Locate trail as far from the "top of bank" as practicable. ► The existing vegetated buffer between trail and "top of bank" ,>, 3 shall be maintained to the extent practical to protect significant trees and sensitive areas such as stream edges or springs. , s ► Once started, carry out and complete construction without ii City of Fayetteville: Streamside Protection Best Practices F� �3 delay. Leaving construction works incomplete increases risk x C of erosion and sediment transport. fi ► Where clearing is required, limit or delay grubbing until �3 grading and construction is ready to proceed; the root masses and associated organic matter provide substantial erosion control. • Clearing ahead of the point of construction may not exceed 500 feet. • Except for clearing, the maximum length of disturbed work area, including grubbing, shall not exceed 300 r b,: feet before temporary stabilization is made with, at a minimum, seed and mulch. ► Final stabilization shall be done using native plants to match or exceed the quality of vegetation existing prior to trail. ► Implement erosion and sediment controls that meet or exceed the requirements set forth in UDC Chapter 169 and 179 and the Arkansas Department of Environmental Quality. ros}ric°' ► If a utility easement is established, and has been previously cleared and disturbed, the impervious surface shall be located - ` on the utility easement to minimize the overall amount of disturbance. ► Concrete shall be required, in flood. prone areas, because it has a greater resistance to flooding conditions than asphalt, requiring less repair and overall land disturbance. ► If there is an exposed cut bank or highly eroded stream bank on the same property as the impervious surface being constructed, the bank shall be stabilized using natural channel design methods at the time of trail construction. All bank n�ra�d site of stabilization shall receive approval from the City Engineer, prior to land disturbance activities. ► Sheet flow drainage conditions from the impervious surface and its appurtenances are required. Where flow is concentrated, the methods in the flow diffusion section of this manual shall be used. ► Turf grass is allowed 5 feet from the edge of the impervious surface to allow for periodic mowing. Beyond 5 feet from the edge of the impervious surface, native plants shall be used where revegetation is necessary grass buffer abng trail f z = City of i'ayetteville, Streamside Protection Best Practices __________ ___ • STORM WATER OU !FALLS Existing stormwater conveyances on site or accessible to the site are the preferred .location to direct stormwater runoff from the site. Existing conveyances utilized for additional stormwater flows shall be modified in conformance with best management practices for new facilities. Ordinance requirements: • New stormwater conveyances where no conveyances exist or are accessible to the site may be permitted in the SPZ when the City i 4 Engineer determines there is no practical and feasible alternative. The standards in the Streamside Best Management Practices Manual are required for both the Waterside and Management Zones. Minimizing Stormwater Outfall Impacts: F f s All of the following Best Management Practices shall apply to new stormwater conveyances through the SPZ: ► Minimize sediment loads and trash prior to entrance into the «F SPZ through practices such as: • Stilling Basin • Outlet Sediment Traps_, • Grass Swales • Check Dams • Bioretention Cells • Enhanced Detention. Pond. (See on page 29) * Prevent Short Flow Paths r * Extended Dry Detention * Retention Ponds/Wet Ponds Sediment Forebays * Meandering Low Flow Channels * Micropools * Marshes Plunge Pools * Pond Buffers (25 feet minimum) * Rip -rap pilot channels P- P City of Fayetteville; Streamside Protection Best Practices 1► Design for a minimum number of discharge locations to the stream and choose an alignment through the SPZ which will result in minimal clearing of existing vegetation. ► Design for minimal amounts excavation and no filling in the SPZ. ► Convert flow to a velocity that is non -erosive at the 10 -year design storm before the flow enters the stream. Possible practices to achieve velocity reduction include: • RipRap Aprons • Level Spreaders • Check Dams • Outlet Sediment Traps ► Angle the discharge into the direction of flow of the receiving water to provide a more natural confluence if possible. ► Design to minimize the long-term impact in the SPZ and the receiving stream. ► Implement erosion and sediment controls that meet or exceed the requirements set forth in UDC Chapter 169 and 170 and the Arkansas Department of Environmental Quality. ► Discharges must be managed during construction as well and may use an approved temporary method different from the permanent post -construction method used. ► Once construction is started, carry out and complete project without delay. ► Design in accordance with and obtain all required local, state, and federal permits. ► Design in accordance with the City's Drainage Criteria Manual. ► Periodic corrective action to restore a non -erosive velocity of flow or to restore stability of the conveyance shall be taken as necessary to impede the formation of erosion gullies. er City of Fayetteville: Streamside Protection Best Practices now in s O ft t �Y4 t.^ti'�j^ t s rtf Example of Enhanced Dry Detention Pond D j rte. 4,t ii5W ' £k jj p fVr*U.M)AY.OAh .. i$� . City of Fayetteville: Streamside Protection Best Practices 3;h 13MPs for Sediment Removal and Velocity Reduction prior to disharge to the Streamside Buffer oil surface Kt of failing rticles in ocity of Notes: (1) BMPs shall be selected and designed following approved technical design guidelines. (2) For technical and design guidelines contact the City of Fayetteville Engineering Division at (479) 575-82Q6. (3) Additional methods of achieving the above criteria may be approved by the City Engineer, (4) BMPs may be used in combination to achieve flow velocity reduction and sediment removal. (5) Plantings downstream of the flow diffusion device must be adequate to prevent erosion and shall be specified in the design plan. (6) Reestablishment of disturbed vegetation must be accomplished as soon as City of Fayetteville: Streamside Protection Best Practices practicable, but in no case longer than 14 days. MITIGATION PRACTICES FOR APPROVED VARIANCES Ordinance requirements: • If the Planning Commission has granted a variance for a reduction =, in the width of the Streamside Protection Zones, it may require, mitigation through installation of structural BMPs. Removal efficiencies sited on the Environmental Protection Agency National Menu of Stormwater Best Management Practices may be used to select suitable structural BMPs or combinations of .M structural BMPs. Examples of possible BMPs for consideration£Y. include wet ponds, wetlands, infiltration trenches, and $} bioretention. Structural BMPs selected for mitigation shall be approved by the City Engineer. LOW IMPACT DEVELOPMENT kp�pns � t The use of Low Impact Development principles throughout the development is encouraged to reduce the total volume of runoff contributed by the development. Reference the UDC Chapter 179 Low oeve impact Development Code. P' p - w � �} 1j 'did ≥s 1Y fi 44 i I tD r�Sr City of Fayetteville; Streamside Protection Best Practices w SECTION 0310 BID PROPOSAL LOCATION: CITY OF FAYETTEVILLE, ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 DATE: January 31, 2012 at 2:00 a.m. LOCAL TL%IE Proposal of: R.c .sr 4c Address: '. C3,x f:)z4 65814 Bid For: ELIONS OUTFALL - GRAVITY SEWER IMPROVEMENTS Bid Submitted to: The City of Fayetteville Andrea Foren, Purchasing Agent — Room 306 113 W. Mountain Fayetteville, AR 72701 BIDDER will complete the Work for the unit prices as listed in the Bid Form. Total Base Bid as outlined on Bid Form: One v'.'A `ry �e two Amount in Words Figures The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with CITY OF FAYETTEVILLE in the form included in these Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in these Contract Documents. BIDDER accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete the Work in the Contract Time specified. 03 104o BIDDER accepts all of the terms and conditions of the Information for Bidders, including without limitation those dealing with the disposition of BID SECURITY. This Bid will remain open for sixty (60) days after the day of Bid Opening. BIDDER will sign the Agreement required by these Contract Documents within ten (10) days after the date of CITY OF FAYETTEVILLE'S Notice of Award. In submission of this BID, BIDDER represents, as more fully set forth in the Agreement, that I BIDDER HAS EXAMINED ALL CONTRACT DOCUMENTS (including but not limited to Invitation to Bid, Information for Bidders and Supplemental Information for Bidders) and the following ADDENDA: "/ Failure to list all necessary Agenda issued by the CITY OF FAYETTEVILLE or the ENGINEER could mean the BID submitted by the BIDDER maybe deemed unresponsive and not read publicly. In submission of the BID, BIDDER represents, that they have examined the site and locality where., the Work is to be performed, the legal requirements (Federal, State and Local Laws, Ordinances, Rules and Regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. BID, BIDDER represents, that this BID is genuine and not made in the interest In submission of the p of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. The BIDDER represents that they have not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID. The BIDDER represents that they have not solicited or induced any person, firm or corporation to refrain from bidding and have not sought by collusion to obtain for themselves any advantage over any other BIDDER or over the CITY OF FAYETTEVILLE. All terms used in the BID are defined and have the meanings assigned to them in the General Conditions of these Contract Documents. Attached to this BID FORM is the required Bid Security in the form of a Bid Bond or Certified Check in the amount of five (5) percent of the Total Bid Amount. 0310.doc 2 BIDDER submitting this BID is: A Corporation, incorporated in the State of'' ❑ A Partnership, consisting of the following partners, whose full names are: An Individual whose full name is: General Contractor (Firm Name) Signed By Title I /) i/,. Date ©, max /.d 4 Address Telephone Number & Fax 7Z594 -4 1j ,.° Contractor's License Number 0310.doc SECTION 0310 - BID PROPOSAL Item No. Item Description 1 Mobilization ' 7." 72 dollars Approx. Unit Price In Qtr Unit Figures Total 1 LS 2 Trench & Safety Systems I LS � --9 dollars 3 Erosion Control I LS dollars 4 6" SDR-26 PVC, Gravity Sewer Pipe 20 LF __dollars 5 8" SDR-26 PVC, Gravity Sewer Pipe 50 LF r $ aa./ -- -. .mss $ o;pmee $ d :�. $2Qr� $ jjce' 7"r dollars $ 10 $ O� �CJ�✓> 6 Force Main Reroute, 12" DR -14 PVC Pipe & DI Fittings 1 LS q!X ,o dollars $ $ m. — 7 18" PVC (P.S. 115), Gravity Sewer Pipe 2600 LF dollars 1 $ 8 Pipe Bursting From Existing 10" Sewer to 20" DR -17 HDPE (IPS) 1900 LF fG .-7j dollars �Fi� oar P/�� �3r.�/R47�•✓� 0310.doc S SECTION 0310 - BID PROPOSAL Item No. Item Description 9 Point Repair Approx. Unit Price In = Unit Figures 3 EA Total 4%' A dollars $ j $ 3M O CS 10 Install 30" Steel Encasement Pipe 420 LF �N�, dollars 11 Service Reinstatement dollars 12 Service Laterals dollars 13 Standard Manhole, 4' Dia. 0'-6' dollars 14 Standard Manhole, 4' Dia. Extra Depth • �y�va.F ?1x1'ITY�/°llars 15 Manhole, Existing, Remove �+ wH�s9r.ca dollars 16 Reconstruct Invert in Existing Manhole ,rte dollars 0310.doo 6 20 EA 200 LF 26 EA 80 VF 25 EA 2 EA $ /Z5 b $ ?,saa.4M'Q $ Q/or $ �.2 a °0 $ 2 0r $ 62 CO.a� $ 1Z $ $ ��.� $ ! �• ob SECTION 0310 - BID PROPOSAL Item No. Item Description 17 Tie Into Existing Manhole ,,.r, ujac dollars 18 Additional Trench Bedding dollars 19 Asphalt Pavement Repair dollars 20 Epoxy Coating System, 4' Diameter e_yrr# dollars 21 Mitigation Dam Approx. Unit Price In wit .. Unit Figures LEA 160 CY 75 SY 240 VF 5 EA dollars 22 Stream Bank Stabilization 4000 SY Total $ 3135 oa $ ! Ssob c2 $.32OO7� $ 75-G` $ 56Z5,d4m $ 35° $ 32 Oho $ 750 $ 75O."� dollars $ 5; $ (OCC 23 Acceptance Inspection by CCTV 4500 LF dollars 24 Site Restoration e/ 61f9#4No dollars 1 LS 0310.doc 7 SECTION 0311 BIDDER'S STATEMENT OF SUBCONTRACTORS The undersigned BIDDER proposes and agrees, if this BID is accepted, to use the following proposed subcontractors on this Work: NAME BUSINESS ADDRESS WORK TO BE PERFORMED TV c5(� 1..p .,...Af,V�y cam; 3. 4. ki 6. The undersigned BIDDER agrees that seventy percent (70%) of the Work will be required to be performed with his own forces unless a variance is requested and granted from the CITY OF FAYETTEVILLE. 0311.doc 1 SECTION 0420 STATEMENT OF BIDDER'S QUALIFICATIONS All requests must be addressed in writing and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The BIDDER may submit any additional information he/she desires. A. RE UESTS REGARDING BIDDER 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you. (If so, where and why?) 9. Have you ever defaulted on a contract? (If so, where and why?) 10. List similar project of the size and magnitude of this Project which were completed by your company, stating the cost for each and the month and year completed. Include the entity for which the work was performed with names, titles, and phone numbers. 11. List your major equipment currently available for this contract and designate whether owned or leased. 12. Background and experience of field personnel currently employed by your organization who will perform the work. 13. Background and experience of the principal members (officers) of your organization. Include president, vice president, secretary, treasurer, etc. 14. Give Bank reference. 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Fayetteville. 16. Give bonding agent and limit. 17. If subcontractor is to be used for this contract, state the percentage of work anticipated to be completed by subcontractor. If subcontractor is to perform work, a separate Statement of Bidder's Qualifications regarding subcontractor and the method used by the subcontractor. Refer to Section 0100 & Section 0311. 0420.doc Submit this Statement of Bidders Qualifications to the Engineer. Qualifications shall be submitted in a separate sealed envelope at the date and time listed on the Bid Proposal. i (Name of Bidder) By:_ Title: END OF SECTION 0420 0420.doc 2 SECTION 0500 AGREEMENT BETWEEN CITY OF FAYETTEVILLE AND ROSETTA CONSTRUCTION, LLC THIS AGREEMENT is dated as of the day of in the year 2012 by and between the CITY OF FAYETTEVILLE and ROSETTA CONSTRUCTION, LLC. 1. The ROSETTA CONSTRUCTION, LLC shall commence and complete all Work as specified or indicated in the Contract Documents. The WORK is generally described as follows: ELKINS OUTFALL - GRAVITY SEWER IMPROVEMENTS 2. The ROSETTA CONSTRUCTION, LLC shall furnish all materials, supplies, tools, equipment, labor and other service necessary for the completion of the WORK described herein. 3. The ROSETTA CONSTRUCTION, LLC shall commence the WORK required by the CONTRACT DOCUMENTS on or before a date to be specified in the NOTICE TO PROCEED and completed and ready for final payment within 180 calendar days. The ROSETTA CONSTRUCTION, LLC shall pay the CITY OF FAYETTEVILLE, as liquidated damages, the sum of $500 for each calendar day thereafter that the WORK is not complete. 4. The ROSETTA CONSTRUCTION, LLC agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein as shown in the BID PROPOSAL. 5. The term CONTRACT DOCUMENTS shall mean and include the following: 5.1 Invitation to Bid 5.2 Information for Bidders 5.3 Supplemental Information for Bidders 5.4 Bid Proposal 5.5 Bid Bond 5.6 Agreement Between City of Fayetteville and ROSETTA CONSTRUCTION, LLC 5.7 Performance and Payment Bond 5.8 General Conditions 5.9 Prevailing Wage Rates 5.10 Notice of Award 5.11 Notice to Proceed 5.12 Project Manual 5.13 Addenda Numbers 1 to j. 5.14 Change Orders 0500.doc 1 6. The CITY OF FAYETTEVILLE shall pay the ROSETTA CONSTRUCTION, LLC in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. MISCELLANEOUS 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. 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. 8.3. City of Fayetteville and Contractor each binds itself, it 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. 8.4. 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 stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5. 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. 8.6. Freedom of Information Act. City of Fayetteville 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, 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. 8.7. This contract must be interpreted under Arkansas Law. 0500.doc 2 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and ROSETTA CONSTRUCTION, LLC have signed this Agreement in quadruplicate. Three counterparts have been delivered to the City of Fayetteville, and one counterpart has been delivered to Contractor. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Contractor or identified by Engineer on their behalf t ■ ► CITY OF FAYETTEVILLE I:'. Mayor Lioneld Jordan [CORPORATE SEAL] ATTEST Address for giving notices: 113 W. Mountain Fayetteville, AR 72701 CONTRACTOR ROSETTA CONSTRUCTION, LLC BY [CORPORATE SEAL] ATTEST Address for giving notices: P.O. BOX 14024 Springfield, MO 65814 License No. 0172540412 Agent for service of process: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 0500.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 0500 0500.doc 4 SECTION 0660 CONTRACTOR'S ACT OF ASSURANCE FORM As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I farther certify as the authorized agent of the company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub -contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES The company that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under company control where segregated facilities are maintained; and that the company will obtain a similar certification prior to the award of any subcontract exceeding $10,000 which is not exempt from the equal opportunity clause. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in the performance of the contract. PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 06604oc (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, mating false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. AUTHORIZED REPRESENTATIVE I COMPANY NAME: Akan- 1C I SIGNATURE: DATE: 1/3 3 t i2. PRINTED NAME: t4 --'c -'.�- TITLE: P 1 END OF SECTION 0660 I I I 0660.doc 2 XP -211 BIDDER'S CERTIFICATIONS* Project Name Project Number XP- dc2l Contract For _j_#&. The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: ( <1 have developed and have on file at my each establishment affirmative action programs pursuant to 41 CFR Part 60-2. ( 4have participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. 1 have filed all reports due under the requirements contained in 41 CFR 60-1.7. ( •) I have not participated in previous contract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. (4 wall obtain a similar certification from any proposed subcontract'or(s), when appropriate, B. NONSEGREGATED FACILITIES ( certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR 60-1.8. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Name &Address of Biddei *'this is a suggested fonual. The grantee may substitute other equivalent format. (T,111I ICA.TION BY CONTRACTOR STATEMENT O1; COMPLIANCE WITH LA13OE STANDARDS In accordance with 'Bile 29, Subtitle A, Part 5, Section 56a(1) each monthly engineering estirlla(e must be accompanied by the following certification executed by each 13ri1ne contractor elliployinb mechanics and laborers at the site on work. l::stimatr No._ f S>r period Name of Project W._ Location Contract No. Date Contract Awarded Project No. I hereby certify that all of the contract requirements as specified under the applicable labor standards as set i•'orih in the Copeland "Anti K.icic.bacic" Ad. and the Contract Work Hours and Safety Standards Act, have been complied with by-_-- _, s principal contractor and by each �.- ._. .� _.� ..........._ _._ (Name of Conir actor) subcontractor employing mechanics or laborers at the site of the work, or there is a substantial dispute with the respect to the required provisions. ye 1 understand that the falsification of any of the above i ea-tifications way subject the coutract4 or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. NOTES: I. 'I`llis cerliflc'111o11 may hC phiced on ilie esifillatc or 1111 11 $erparA1 she atlai:hed tt1 Ihe: csiimtlrc. 2. The raspollsihie Slate Agony $hall, prior to ap)provrtl5 a Voucher. stitisiy itself Ihal copit;s al' (hose certllicalcs arc an file with tllc Grtutmee. XP -215 MBE/WBE/SBRA UTILIZATION INFORMATION SHEET* NOTE: The bidders/contractors shall complete the following Minority/Women=s/Small Business in Rural Area (M13E/WBE/SBRA) utilization information whenever they solicit subcontract construction work and/or services and purchase of equipment and supplies for the project in order to provide the fair share of the total dollar amount of the contract for MBE: Construction % /:Equipment: %, Supplies %, Services % WBE: Construction: %, Equipment: %, Supplies: %, Services: I. Do you maintain and -update qualified MBE, W13E, and SBRA on your solicitation lists for supplies, equipment, construction and/or service? Yes— No X If yes, when did you update your MBE/WBE/SBRA solicitation lists? 2.. Do you maintain a list of minority, women and rural small business -focused publications that may be utilized to solicit MBEs or WBEs or SBRAs? Yes—. No If yes, name the publications: Do you use the services of outreach programs sponsored by the Minority Business Development Agency and/or the Small Business Administration to recruit bona ride MBE/WBE/SI3RA firms for placement on your solicitation lists? Yes_ No X 4. Do you seek out Minority Business Development Centers to assist you in identifying MBEs/WBEs/SBRAs for potential work opportunities on your proposed bid for this project? Yes— No x 5. Do you analyze the bid package or contract documents to identify portions of work that can be divided and performed by qualified MBEs, WBEs and SBRAs including the bonding range? Yes No — If yes, please attach a brief description of portions of work you have identified for. subcontracting. �S ��.�:�G c-'� �.�s�a r- .r, L��c7ac%e �o.�ty1✓C�. /IV 6. Do you develop realistic delivery schedules which may provide for greater MBE/WBE/SBRA participation? YesX No - 7, Do you send a letter of solicitation to MBE/WBE/SBRA for this project? Yes_ No x If yes, please attach a sample copy of each different solicitation letter and the name and address of each MI3E/WBE/S13RA. 8. Do you advertise in general circulation, trade journals, State agency publications of identified MBEs/WBEs/SBRAs, minority or women or rural small business focused media, etc., concerning the subcontracting opportunities on your proposed bid for this project? Yes No '4 If yes, please list the iiame of publication and dates of advertisement and attach a copy of each advertisement from each publication. 9. Do you conduct pre -bid, pre -solicitation, and post award conferences, meetings and follow-ups with interested ME, WBE and SBRA? Yes— No x if yes, please list person who atten ded conference as representative of MBE/WI3E/Sl3RA Name & Title of Person: Name of MBE/WBEISBRA: Address: Phone: Date and Place of Conference: Name & Title of Person: Name of MBE/WBE/SBRA: Address: Phone: 10 Date and Place of Conference: _____ I Name & Title of Person: p Name of MBE/WBE/SBRA: Address: Phone: p Date and Place of Conference: 10. Total dollar amount of the contract:' U LT t 2 1 Total dollar amount and percentage ofMBE/WBE/SBRA participation: MBE: Construction: (% %, Equipment: D %, Supplies: %, Services: _€ % WBE: Construction: fl %, Equipment: D %, Supplies: d %, Services: a SBRA: Construction: %, Equipment: O %, Supplies: ____ %, Services: ($ ) ($ ) ($ ) ($ 12. Name, address, phone number, contact person, type of construction subcontract, and dollar amount of subcontract. MBE Subcontractor: WBE Subcontractor: SBRA Subcontractor: Address: Address: Address: Phone: Phone: Phone: Contact Person: Contact Person: Contact Person: Type of Work: Type of Work: Type of Work: Amount:$ Amount:$ Amount:$ MBE Subcontractor: WBE Subcontractor: SI3RA Subcontractor: Address: Address: Address: Phone: Phone: Phone: Contact Person: Contact Person: Contact Person: Type of Work: Type of Work: Type of Work: Amount:$ Amount:$ Amount:$ I I 7� t*XP -215 is a suggested format. The grantee may substitute other equivalent format. 3 i BID BOND Conforms with The American Institute of Architects, A.LA. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Rosetta Construction, LLC. as Principal, hereinafter called the Principal, and the Hartford Fire Insurance Company of One Hartford Plaza, Hartford, CT. 06155 (888) 266-3488 , a corporation duly organized under the laws of the State of Connecticut , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, Arkansas as Obligee, hereinafter called the Obligee, in the sum of 5%of Bid Amount------------------------------------------------------------------ Dollars ($ 5% of Bid Amount ) , 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 p€esents. WHEREAS, the Principal has submitted a bid for Elkins Outfall Gravity Sewer Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract 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 31st day of January , 2012 Rosetta Construction, LLC. (Seal) [ Principal Witness {[ 4'cci. Title Hartford Fire Insuran Com n Witness By ! Callae J. Doty Attorney -in Fact 12/00 FRP Direct Inquiries/Claims to: POWER OF ATTORNEY E HOND, T4 ARTFORD P.O... BOX 2103, PO690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757.5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 37-280517 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of.Connectictu Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organised under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Callae J. Doty, Gary L. Yost, De Efda F. Rogers, William L. Southworth, Jr., Thomas A. Monfileone, Brand! J. Bradley or Springffeid, MO their true and lawful Attorney(s)-in-Fact, each in their separate capacity If more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board -of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. , AtjyiF 'so�r.r ��� hn1 •�sti to T O £r� � � t9 f Y.i� � I974 'off •. i'q3.... Scott 5adowsky, Assistant Secretary STATE OF 1 OHNECTi'1 JT Hartford COUNTY OF HARTFORD M. Ross Fisher, Assistant Vice President On this 3rd day of March, 20118; before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides .in the County of Hartford, State of Connecticut that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said Instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Scott E. Paseka Notary Public CnmcAw My Commission Expires October 31, 2012 - I, the undersigned, Assistant Vice President of -the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed ,by said Companies, which is still in full force effective as of. January 31, 2O12. Signed and sealed at the City of Hartford_ .w..r RiFszr111 �YMr *y�ano,ntv+. -* +�.s a #�� ► htao ` huu� \• Gary W. Stumper, Assistant Vice President City of Fayetteville 113 W- Mountain Street Fayetteville, Arkansas 72701 Attn. Shannon Jones, P.F. Re. Elkins Outfall-Gravity Sewer improvements Dear Shannon, With regards to MBE/WBE participation we are providing the additional information, We reviewed the above referenced project and considered all phases of work that could be subcontracted. it appeared to us that subcontracting postiv of the completed sewer line, epcncy coating of manholes and site restoration would be phases of work for potential. MBE/WBE firms. We reviewed the.Arkansas Unified Disadvantaged Business Directory (January 11, 2&12) and did not find anyone registered for this type of work, We received bids from several subcontractors for these items but none were. DBE/MBEIWBE firms.: if during the construction of this project an opportunity to subcontract work toa t uaied i3BE/MBE/WBE firm we will.attempt to, do so L1$ -f2 Doc ID: O14499740O05 Type: LIE Kind: PERFORMANCE BOND Recorded: 03/27/2O12 at 11:43:25 All Fee Amt: $35.0O Paae I of 5 Washington County. AR Bette Stamps Circuit Clerk FilaBO31-00000099 Bond No. 37BCSFQ6831 PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A-311 KNOW ALL BY THESE PRESENTS: that Rosetta Construction, LLC. (Here insert full name and address or legal title of Contractor) P.O. Box 14024 Springfield, MO. 65814-0024 as Principal, hereinafter called Contractor, and, Hartford Fire Insurance Cornpanv (Here insert full name and address or legal title of Surety) One Hartford Plaza Hartford, CT. 06155 (888) 266-3488 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas (Here Insert full name and address or legal title of Owner) 113W. Mountain Fayetteville, AR. 72701 as Obligee, hereinafter called Owner, in the amount of Six Hundred Ninety Two Thousand Two Hundred Twenty Three and 001100-------------------------------------------------------- Dollars($ 692,223.00 }. 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 with Owner for Elkins Outfall-Gravity Sewer Improvements EPA STAG GRANT XP-OOF27401-0 in accordance with Drawings and Specifications prepared by Garver, LLC. 2049 E. Joyce Blvd. Ste. 400 Fayetteville, AR. 72703 , 2012 , entered into a contract (Here Insert full name, address and description of project) (Here Insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S-1219/GEEF 10199 Page 1 of 2 PERFORMANCE BOND 37SCSFQ5831 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 1) Complete the Contract in accordance with its terms and conditions, or 2) 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, 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 Signed and sealed this day of (Witness) (Witness) 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 costs 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 (2) years from the date on which final payment under the Contract falls due. 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. 2012 , Rosetta Construction, LLC. (Seal) (Principal) p�+L �aS�w /•t+T (Title) Hartford Fire insurance Company (seal) (Surety) Callae J. Doty, (Title) S-12191GEEF 10/99 Page 2 of 2 LABOR AND MATERIAL PAYMENT BOND Bond No. 37SCSFO5831 Conforms with The American Institute of Architects A.I.A. Document No. A-311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Rosetta Construction, LLC. (Here insert full name and address or legal title of Contractor) P.O. Box 14024 Springfield, MO. 65814-0024 as Principal, hereinafter called Principal, and, Hartford Fire Insurance Companv (Here insert full name and address or legal title of Surety) One Hartford Plaza Hartford, CT. 06155 (888) 266-3488 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas (Here insert full name and address or legal title of Owner) 113W. Mountain Fayetteville, AR. 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Six Hundred Ninety Two Thousand Two Hundred Twenty Three and 00/100 - - - - - - - - - - - - - - - - - - - - - Dollars ($ 692,223.00 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated with Owner for Elkins Outfall-Gravity Sewer Improvements EPA STAG GRANT XP -00F27401-0 in accordance with Drawings and Specifications prepared by Garver, LLC. 2049 E. Joyce Blvd. Ste. 400 Fayetteville, AR. 72703 2012 , entered into a contract (Here insert full name, address and description of project) (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S-12201GEEF 10199 Page 1 of 2 LABOR AND MATERIAL PAYMENT BOND 37BCSFQ5831 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in fall force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal 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. 2. The above named Principal 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 ninety (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. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (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 Signed and sealed this day of (Witness) (Witness) 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 the Principal, 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. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to he amended so as to be equal to the minimum period of limitation permitted by such law. c) 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, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. 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. 2012 Rosetta Construction, LLC. (Seal) (Principal) -#- (Title) Hartford Fire Insurance Company (Seal) (Surety) Callae J. Doty, (Title) S-122OIGEEF 10199 Page 2012 Direct InqulriesfClaims to: POWER OF ATTORNEYTHE HARTFORD BOND, T-4 P,Q. BOX 2103, 690 ASYt.IIM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 37-280517 . [j Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of the Southeast, a corporation duly organised under the taws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Callao J. Dofy, Gary L Yost, De Elda F. Rogers, IMillam L. Southworth, Jr., Thomas A. Monteleone, Brands J. Bradley of Springfield, MO their true and [awful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by 0. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22. 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board -of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. a � �y�w+!nR.�k\ � s �0�� T^. -.q s i�l�i°'eR7a•'t A s. F� • �� • �= A ;- fyµ�• � ji � 4++sarrr,�n /tr'tiY�• � �'-i t y 9 4 t r r tp 7 i / t [ 474 Scott Sadowsky, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OFCONNECTICtIT Hartford COUNTY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say that he resides.in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations -described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. • s * Scott E. Paseka Notary Public My Commission Face"fires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of. Signed and sealed at the City of Hartford. out, y`:rpgy+4l •. T4nnr,rr+tti * /�atlgt• a i• g ?\fA 7 a 3 i '�D a� f rrfa •J�ag+?s1� � �..f Gary W. Stumper, Assistant Vice President ATRd CERTIFICATE OF LIABILITY INSURANCE IDA i2o1 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. - IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Barker Phillips Jackson 1637 S Enterprise Ave PO Box 4207 Springfield MO 65 8 0 4--42 0 7 CONTACT Rita Atchison NAME: arc No Ext: (417) 887-3550I No: (417)087-32S2 aooRESS: satchison@bpj . com CRODUCER D 00010227 INSURERS} AFFORDING COVERAGE NAIC# INSURED Rosetta Construction LLC P 0 Box 14024 Springfield MO 65814-0024 INSURER A. -United Fire & Casualty Company_13021 INSURERB:Accident_ Fund Ins of America 10166 INSURERC: INSURER D: INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBERCL1192702432 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEAL 0k POLICY EFF POLICY EXP I LTR NSR 4WD POLICY NUMBER MM/DD/YYYYI IMMIDD/YYYYI LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE . X OCCUR _ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- -, LOG X 60407632 /30/2611 EACH OCCURRENCE DGE TO RENTED PRIM SES Ea occurrence 9/30/2012 MED EXP (Anyone person) PERSONAL&ADVINJURY I GENERAL AGGREGATE PRODUCTS - COMPIOP AGG $ 1, 000, 000 $ 100,000 $ 5,000 $ 1,000,000 $ 2,000,000 $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 60407632 9/30/2011 (Ea accident) COMBINED SINGLE LIMIT BODILY INJURY (Per person) 9/30/2012 I BODILY INJURY (Per accident) PROPERTY DAMAGE •. (Per accident) ; $ 1, 000, 000 X $ $ $ X X $ $ A X UMBRELLA LIAB I OCCUR EXCESS LIAB ----._^.-CLAIMS-MADE ---- 604076320 9/30/2011 /30/2012 EACH OCCURRENCE $ 5,000, 000 AGGREGATE $ 5, 000,000 DEDUCTIBLE RETENTION $ 0 $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICER/MEMBERtJCCLUDED? (Mandatory I lives, desaibe under DESCRIPTION OF OPERATIONS below NlA CV6077588 /30/2011 /30/2012 XI WC STATU- 0TH - E.L. EACH ACCIDENT $ 500 000 H.i. DISEASE - EA EMPLOYE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500 000 A Install Fltr 60407632 /30/2011 9/30/2012 pOLICYIIMIT 500,000 Ded 1,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space IS required) Ref: Rkins Outfall-Gravity Sewer Improvements, Fayetteville, AR. General Liability includes Blanket Additional Insured Endorsement when required by written contract. Lef_F i Le1 R •'_l11lei ► 1 City of Fayetteville, Arkansas 113 W. Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Rita Atchison/CJD QJ-c ACORD 25 (2009/09) 01988-2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements N/A, Mayor's Approval City Council Meeting Date Agenda Items Only Shannon Jones Utilities Capital Projects Submitted By C4-u.�isn c/Ut txc t2(b Pa -s. -i Utilities Division Department Action icequirea: Approval of Change Order 1 with Rosetta Construction, LLC for a deduction Elkins Outfall Gravity Sewer Improvements, Bid 12-16. $ (45,500) $ 50,000 Sewer Replace - Elkins Outfall Line Cost of this request Category/ Project Budget Program Category 1 Project Name 5400.5700.5815.00 $ - Water & Wastewater Account Number Funds Used to Date Program / Project Category Name 10010.1 $ 50,000 Water & Sewer Project Number Remaining Balance Fund Name Budgeted Item XX I Budget Adjustment Attached Z. Previous Ordinance or Resolution # d Depart nt Dir for Date Original Contract Date: Yrney //Zr `f Original Contract Number: Date LL tl. Finance and Internal Services Director Date Received in d i 2 3 - 1 2 P 01 : 1 CV Clerk's Office C ief of ff Date Received in Mayor's Office to NFa r Revised January 15, 2009 a e Cvl e 'ARKANSAS To: Mayor Lioneld Jordan Thru: Don Marr, Chief of Staff David Jurgens, Utilities Director Fayetteville Water and Sewer Co ittee From: Shannon Jones, Utilities Engineerd, Date: November 27, 2012 CONTRACT MEMO MAYOR'S APPROVAL THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Approval of Change Order 1 with Rosetta Construction, LLC for a deduction of $45,499.51, for the completion of Elkins Outfall Gravity Sewer Improvements, Bid 12-16. RECOMMENDATION Fayetteville City Staff recommends approval of Change Order 1 with Rosetta Construction, LLC for a deduction of $45,499.51, for the completion of Elkins Outfall Gravity Sewer Improvements, Bid 12-16. BACKGROUND The City of Fayetteville was awarded a State and Tribal Assistance Grant (STAG) in 2010 for $485,000. The grant funding is matched 55% federal to 45% local. The City's matching funds are $396,818. The City of Elkins provided a cost -share of $150,000 towards the project. This Fayetteville owned line carries Elkins' wastewater flow in addition to Fayetteville water from that area. The purpose of the grant is to help fund the rehabilitation of the sanitary sewer system in the area of and including the Elkins outfall sewer line. The available STAG grant will fund $380,723 of this contract; the balance of the grant will be used to line approximately 6,000 feet of sewer line with a cured -in -place -pipe (CIPP). DISCUSSION The contract with Rosetta Construction, LLC replaced approximately 4,450 feet of sewer line that serves as the gravity outfall from the Elkins sewer force main. Also, 28 manholes were constructed and lined with a protective epoxy. The work was completed on time and $45,500 below the original total bid price of $692,223. Remaining funds within the project will be used to fund a CIPP project that will be bid out early next year. BUDGET IMPACT This change order is deductive, and therefore does not negatively impact the project budget. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Elkins Outfall-Rosetta Construction-CCMemo-27Nov2012.doc 'tt yeyJe e1 M1 IKF1T A) Change Order No. 1 Page 1 of 2 CONTRACT CHANGE ORDER City Contract # 2181 Schedule City Resolution # 44-I+ Date 11/5/2012 City Project No.: 10010.1 Project Name: Elkins Outfall Gravity Sewer Improvements Location: Fayetteville, Arkansas Owner: City of Fayetteville Contractor: Rosetta Construction, LLC Address: 113 West Mountain Address: PO Box 14024 Fayetteville, AR 72701 Spjngfie1d, MO 65814 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS: ITEM #1 DESCRIPTION DECREASE INCREASE I Reconcile contract quantities. See attached breakdown. -$45,499.51 TOTAL DECREASE AMOUNT -$45,499.51 TOTAL INCREASE AMOUNT $0.00 NET CHANGE ORDER -$45,499.51 ENGINEERS FINAL CHANGE TO CONTRACT AMOUNT: TOTAL AMOUNT ELIGIBLE AMOUNT Original Contract Amount $692.223.00 &692,223.00 otal Previous Change Order(s) 0.00 0.00 Jet Amount This Change Order -$45,49951 -$45,499.51 TOTAL CONTRACT AMOUNT TO DATE $646.723.49 $646.723.49 CHANGE TO CONTRACT COMPLETION DATE: Original Completion Date September 29, 2012 Previous Adjusted Completion Date (Increase)(Deercase) This Change Order 6 Calendar Days NEW CONTRACT COMPLETION DATE: October 5, 2012 RECOMMENDED: CITY OF FAYETTEVILLE ignature TitlDate CCEPTED: ROSETTA CONSTRUCTION, LLC Contr r BY: Signature itle ate PPROVED: TY OF FA TEVILLE l BY: /fl (/ (/ I�- Si ature Title Date Cost Breakdown for Change Order Item Description Unit Unit Cost Contract Estimated Quantity Contract Actual Quantity Adjust +1- Adjusted Contract Amount 1 Mobilization LS $33,000.00 1 1.00 0.00 $ - 2 Trench & Safety LS $5,000.00 1 1.00 0.00 S - 3 Erosion Control LS $20,000.00 1 1.00 0.00 $ - 4 6" Gravity Sewer Pipe LF $53.00 20 33.00 13.00 $ 689.00 5 8" Gravity Sewer Pipe LF $55.00 50 10.50 -39.50 $ (2,172.50) 6 Force Main Reroute LS $6,000.00 1 1.00 0.00 $ - 7 18" PVC, Gravity Sewer Pipe LF $82.00 2,600 4433.23 1833.23 $ 150,324.86 8 Pipe Bursting from existing 10" sewer to 20" LF $82.00 1,900 0.00 -1900.00 $ (155,800.00) 9 Point Repair EA $1.00 3 0.00 -3.00 $ (3.00) 10 Install 30" Steel Ecasement Pipe LF $125.00 420 435.00 15.00 $ 1,875.00 11 Service Reinstatement EA $300.00 20 20.00 0.00 $ - 12 Service Laterals LF $30.00 200 126.00 -74.00 $ (2,220.00) 13 Standard Manhole, 4' Dia. 0'-6' EA $2,000.00 26 28.00 2.00 $ 4,000.00 14 Standard Manhole, 4' Dia Extra Depth VF $125.00 80 84.20 4.20 $ 525.00 15 Manhole, existing, remove EA $400.00 25 24.00 -1.00 $ (400.00) 16 Reconstruct Invert in Existing Manhole EA $500.00 2 1.00 -1.00 $ (500.00) 17 Tie Into Existing Manhole EA $3,435.00 1 1.00 0.00 $ - 18 Additional Trench Bedding CY $20.00 160 20.70 -139.30 $ (2,786.00) 19 Asphalt Pavement Repair SY $75.00 75 52.00 -23.00 S (1,725.00) 20 Epoxy Coating System, 4' Diameter VF $135.00 240 191.00 -49.00 $ (6,615.00) 21 Mitigation Dam EA $750.00 5 2.00 -3.00 $ (2,250.00) 22 Stream Bank Stabilization SY $15.00 4,000 2107.31 -1892.69 $ (28,390.35) 23 Acceptance Inspection by CCTV LF $1.00 4,500 4448.48 -51.52 $ (51,52) 24 Site Restoration LS $5,000.00 1 1.00 0.00 $ - Total Change Order -$45,499.51 II - A$ Rt® CERTIFICATE OF LIABILITY INSURANCE 9/z7/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Barker Phillips Jackson 1637 S Enterprise Ave PO BOX 4207 Springfield MO 65804-4207 CONTACT Marla Everett NAME: PHONE (417) 887-3550 FAIC Not: (417)867-3252 E-MAIL INSURER(S) AFFORDING COVERAGE NAIC # INSURERAAddison Insurance Company 10324 INSURED Rosetta Construction LLC P O BOX 14024 Springfield MO 65814-0024 INSURER B .United Fire & CasualCopanCopapy 13021 INSURER C Accident Fund Insurance Company 10166 INSURERD: INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER:2012-13 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE POLICY NUMBER EFF MMIUODY MMIDDIIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000000 DAMAGE TO RENTED PREMI ES Ea occurrence $ 100,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR XX 0407632 /30/2012 /30/2013 MEDEXP(An one person) S 5,000 PERSONAL&ADVINJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMPIOPAGG S 2,000,000 POLICY X PRO X LOC S AUTOMOBILE LIABILITY INEDl SINGLE LIMIT COMBINED aB 1,000,000 BODILY INJURY (Per person) $ A ANY AUTO ALLOINNED SCHEDULED AUTOS AUTOS Ix 0407632 /30/2012 /30/2013 BODILY INJURY(Peraccdent) $ HIRED AUTOS X AEO AUTOS (Per eccIdePROPERTY DAMAGE rlt $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 5,000,000 AGGREGATE S 5,000,000 B EXCESS UAB CLAIMS -MADE DED I RETENTIONS $ 604076320 9/30/2012 9/30/2013 C WORKERS COMPENSATION AND EMPLOYERS' UABILTTY Vi N ANY PROPRIETORIPARTN£RIEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) N I A 607759901 /30/2012 /30/2013 X WC STATU- OTH- E.L EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYE $ 500,000 lives describe Under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POUCY LIMIT $ 500,000 A Inland Marine 0407632 /30/2012 /30/2013 Rented & Leased 1,000,000 Blanket Equipment 5,323,432 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, IT more space Is required) Ref: Ekins Outfall-Gravity Sewer Improvements, Fayetteville, AR. General Liability includes Blanket Additional Insured Endorsement when required by written contract. CERTIFICATE HOLDER CANCFLI ATIfN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville, Arkansas ACCORDANCE WITH THE POLICY PROVISIONS. 113 W. Mountain AUTHORIZED REPRESENTATIVE Fayetteville, AR 72701 Marla Everett/MGE Y)1 ACORD 25 (2010105) I NS025 (701 nrt51 m © 1988-2010 ACORD CORPORATION. Tha AI' FIOf Hama nnel Inns tra ranictorart marker of A(f1Rr1 All rights re rued