Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
57-15 RESOLUTION
1 P W491 RN 0 lllellz r� BE IT RESOLVED BY THE CITY COUNCIL OF THE CITT OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid 015-15 and authorizes a contract with Goodwin & Goodwin, Inc. in the amount of $707,007.50 for construction of a new 18 inch waterline for the Kessler Mountain/Regional Park Waterline froject, and fin-ther approves a project contingency of $70,701.00. A -/I By: N 0"040— (5. SONDRA E. SMITH, City Clerk/Treasurer 0AJ111V1fJJJ //'� Y,/ -r 0., 0 FAYETTEVI • .4 NS City of Fayefteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 479-575-8323 f= Tekt File File Number: 2015-0086 Agenda Date: 3/3/2015 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number: A. 13 1111 Jill ............ GOODWIN, INC. IN THE AMOUNT OF $707,007.50 FOR CONSTRUCTION OF A NEW 18 INCH WATERLINE FOR THE KESSLER MOUNTAIN/REGIONAL PARK WATERLINE PROJECT, AND TO APPROVE A PROJECT CONTINGENCY OF $70,701 .00 ARKANSAS: ITMINS 1001•WMON, new1ollifal project contingency of $70,70 1.00. City of Fayetteville, Arkansas Page 1 Printed on 31612015 Jim Beavers Submitted By 2015-0086 Legistar File ID 3/3/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item wiffim R IT T., IT T M =- Utilities Director/ Utilities Department Division / Department a total of $777,708.50 for the construction of the new 18 inch water line for Kessler Mountain/Regional Park Waterline Project. I Project Number Budget Impact: M Budgeted Item? Yes I Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Water/Sewer Fund $ 97,86104 $ 777,70&50 496,996-53 V20140710 Previous Ordinance or Resolution # Emsm«. Comments: Approval Date, A MEETING OF MARCA 3, 2015 TO: Mayor Jordan and City Council THRU: Don Marr, Chief of Staff — Tim Nyander, Utilities Director 'Ili! 1111•IN1111, I 1MBi� SUBJECT: Kessler Mountain/Regional Park Water Line Resolution approving a construction contract with Goodwin & Goodwin in the amount of $707,007.50 for Construction Bid 15-15, and approving a construction contingency of $70,701.00 for a total of $777,708.50. RECOMMENDATION: The Fayetteville City Administration recommends approval of a construction contract with Goodwin & Goodwin in the amount of $707,007.50 for Construction Bid 15-15, and approval of a 10% project contingency of $70,701.00 for a total of $777,708.50 for the construction of the new 18 inch water line for Kessler Mountain/Regional Park project. BACKGROUND: The new Kessler Mountain/ Regional Park waterline will connect the existing water storage tanks on Kessler Mountain to the new 18 inch waterline south at the new Regional Park. The approximate length of the new waterline is 2,400 feet. DISCUSSION: Public Bids were ope ed on February 6, 2015. Th City Received 3 bids as follows. Goodwin & Goodwin $707,007.50 -Fochtman Enterprises $806,450.00 Brothers Construction $88 1,100 00 Garver LLC and City Staff have reviewed the bids and recommend awarding the contract to Goodwin & Goodwin in the amount of $707,007.50 BUDGET/STAFF III, 611901-211 i0ii".46 ATTACHMENTS: Staff Review Form Contract Bid Tabulation Certification of Funds Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72761 City of Fayetteville - Purchase Order Request (PO) equtsi won o.: a e:. 211312016 .. (Note Purchase Order} P.O Number. All PO Requests shell be scanned to the Purchasing a -mail: Purchesinga@'ttayeitteaiile»ar.gov. Purchase shall riot be made until en actual PO has been issued. Vendor V endor 393 Goodwin and Goodwin,. Inc. Mall r Legistar#: #: Name: 2015-0086 FOB Point Taxable Address; 3503 Free Ferry Road r- Yes t1 No Expected Delivery Date; Zip Cade: Ship to code: Quotes h rii City: Fort Smith State: AR 72903 Fay s Yttt" No Requester's Employee #; Extension; Requester, Gheryi ParPain 2548 8 224 Item Description Quantity Unit of Issue Unit cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # 1 ons . in cantatt wrGoodwin Goodwin, ins, •Construotlon Old 13-1,1w UI- I EA 707,007.50 $707.007..50 5400.5600.5$0$.00.. 14045.2000 lanai Farkwaierrine Prow' 2 $0;00 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $6.00 8 $0.00 9 $0.00 10 ShippinglHandiing Lot $0,00 j5hih1 Instrt,ctioila: Subtotal: $707,007.50 Tax: 50.00 Total: $707„007.50 Approvals: Mayor: Department Director: Purchasing Manager:. Chief Financial Officer Budget Director: IT Director: Dispatch Manager: Utilities Manager: Other: Revised 611 a1201G 010600- CONTRACT �,�.✓ w w•. l: 1 0': Yt � Y',a Y,:. s. # s4 ♦.«.. t. #. ! L A i-`. a#:.r.1#. ..,w„:. '!*'w.: ,, t t a ; _ a # # ,. # a _ ^ • -t' # t# # 3 ;, ! .® •y. � i to i 9 * . !►# it a a ra i e a... Emuted Agreement grey b. a (Iw ) cM'er�sementfor Olds i R - #'#:. a #Yr� i .*f•k# i #-R ^'! # iff f ##.' re 3Z f �s :,}. �.... .'. ! 16.. 4 -:.i :' + ♦.e i.. },^..t -:,. t.. final. (S ) `1 t tC,\ i }/t7U. f d �C7P Pzz" FA`(ETTEVILLF-, °X= syyt �yf P "` is www.GarverUSA.com February9, 2015 Jim Beavers, RE. City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: City of Fayetteville Bid 15-15 — Construction Kessler Mountain Water Line Recommendation of Award Dear Mr. Beavers: Bids were received for Bid 15-15, Construction Kessler Mountain Water Line, at the City of Fayetteville Purchasing Division at 2:00 p.m. on February 6, 2015. The bids have been checked for accuracy and for compliance with the contract documents. A tabulation of the bids received and Garver's Opinion of Probable Construction Cost is enclosed with this letter. A total of three bids were received on the project as summarized in the table below, along with Garver's Opinion of Probable Construction Cost. As shown in the table below, the low bid was submitted by Goodwin & Goodwin, Inc. of Fort Smith, Arkansas. Base Bid Goodwin & Goodwin, Inc. of $707,007.50 Fort Smith, Arkansas Fochtman Enterprises, Inc. of $806,450.00 Fayetteville, Arkansas Brothers Construction, Inc. of $881,100.00 Van Buren, Arkansas Garver's Opinion of Probable $870,000.00 Construction Cost As stated in Section 010200 — Instruction to .Bidders,, a bid that obviously is unbalanced may be rejected. However, it is also stated that the Owner reserves the right to waive any informalities in bids received whenever such waiver is in its interest. The unit price per cubic yard of Rock Excavation submitted by Goodwin & Goodwin was $0.01 for a total of $7.50. The total for Rock Excavation submitted by Fochtman Enterprises and Brothers Construction was $112,500 and $75,000 respectively, and Garver's total was $112,500. If the total for Rock Excavation submitted by Goodwin & Goodwin was greater than $99,450, than Fochtman Enterprises would have been the low bidder. In addition, Goodwin and Goodwin did not provide a current Certificate of Insurance with their bid as required within the Instructions to Bidders. As discussed via phone on February 9, 2015 with Chris Buntin and Bryan Goodwin, President of Goodwin & Goodwin, the price bid of $0.01 per cubic yard for Mr. Beavers February 9, 2015 Page 2 of 2 Rock Excavation is correct, and change orders for Rock Excavation over the estimated quantity will be assessed at $0.01 per cubic yard. In addition, e-mail correspondence and a signed fax from Goodwin & Goodwin is enclosed, Also, enclosed is the Certificate of Insurance received by Goodwin and Goodwin after bid opening. According to representatives from both the City of Fayetteville (Lynn Hyke) and Springdale Water Utilities (Rick Pulvirenti), they have worked with Goodwin & Goodwin on several projects, and they do good work. However, you must closely observe their work to maintain conformance with the contract documents. Goodwin & Goodwin has not performed any recent work for Rogers, Bentonville, and Garver. Goodwin & Goodwin is currently licensed with the Arkansas Contractors Licensing Board, and their last complaint was in 2001, which was closed without any consequence. We believe that the bid submitted by Godwin and Godwin represents a good value for the City of Fayetteville. Contingent upon the City of Fayetteville waiving the bidding informalities discussed herein, we recommend that the construction contract for the Bid 15-15 -- Construction Kessler Mountain Water Line be awarded to Goodwin and Goodwin. If the City of Fayetteville elects to reject the bid submitted by Goodwin and Goodwin, we have no reservations awarding the work to Fochtman Enterprises. Please call me if you have any questions. Sincerely, GARVER, LLC Chris Buntin, P.E. Project Manager Attachments:: Official Bid Tabulation Garver's Opinion of Probable Construction Cost February 9, 2015 e -mails, 2 pages February 9, 2015 Goodwin & Goodwin Fax Certificate of Insurance cc: Chris Brown, Tim Nyander, and Andrea Foren (City of Fayetteville) CITY" OF City of Fayettev`ile, A rkansas • Purchasing Division R=d 15-15, �CFPi5tYtJCtrfdn - Ke5s��r h�toUntaln Water Line A d K A IMP $ Ar $ F.F day, February G. 2015, 2.OG PM, Lncal 1 ime 'NO FICE: Bid award is C ntir,pM uBsn Gngi mlrmrnvm irbM ae,d B rrBI aut r ddCwS dY City yBaial5. .r.;xeF'•.ay rerb s. 94r City of Fayetteville Water Main Improvements '° Kessler Mountain to Cato Springs Road Final Design Submittal November 2014 Item Description Unit Quantity Unit Price Amount 1 Erosion Control LS 1 $10„000.00 $10,000.00 2 Tra₹ficControl LS 1 $1,000.00 $1,000.00 3 Mobilization (Not to Exceed 5%) LS 1 $40,000.00 $40,000.00 4 Trench Excavation Safety LS 1 $10,000.00 $10,000.00 5 Construction Staking LS I $5,000.00 $5,000.00 6 Site Work LS 1 $3,650.00 $3,650.00 7 Clearing and Grubbing LS 1 $10,000.00 $10,000.00 8 4" Topsoil SY 4,500 $4.00 $18„000.00 9 Erosion Control Matting SY 4,500 $10.00 $45000.00 10 Water (Dust Control and Seeding) MEAL 0.5 $20,000.00 $10,000,00 11 Seeding LS I $7„500.00 $7,500.00 12 Limestone Rip -Rap Bank Stabilization SY 70 $30.00 $2,100.00 13 Grouted Limestone Rip -Rap Sank Stabilization SY 160 $75.00 $12,000.00 14 18'" DI Water Line (Class 350) LF 2,400 $135.00 $324,000.,00 15 36° Steel Encasement (0.50°) LF 80 $500.00 $40,000,00 16 Ductile Iron Fittings (0153) LB 5,000 $9.00 $45,000.00 17 2" Combination Air/Vacuum Valve EA 1 $2,000.00 $2,000.00 15 30" x 15' Tapping Sleeve and Valve EA 1 $38,000.00 $36„000.00 19 Concrete Key Anchor LS 15 $6,000.00 $90,000.00 20 Water Mitigation Dam EA 5 $1,000.00 $5,000.00 21 200 PSI Flowable Fill LF 1,000 $15.00 $15,000.00 22 Undercut and Granular Backlit] CY 500 $35.00 $17,500.00 23 Rock Excavation CY 750 $150.00 $112,500.00 24 Concrete Test EA 5 $350,00 $1,750.00 25 Backlill Density Test EA 5 $1,000.00 $5,000.00 Total Opinion of Probable Construction Costs $870,000 — (EXCLUDES COST FOR THE PORTION TO BE INSTALLED BY THE CITY) i crf I Gayer o. 1404t020 Buntin, Chris, R From: Buntin, Chris, R Sent: Monday, February 9, 2015 10:45 AM To: pipedude08@yahoo.com' Cc: 'aforen@fayetteville-ar.gov', jbeavers@fayetteville-ar.gov; Vice, Peggy',;. Munro, Megan; Rush, Brandon J. Subject: Bid 15-15 Mr. Goodwin (Bryan), As discussed on the phone earlier, please e-mail me a letter confirming that the unit price bid for rock excavation is in fact $.01 per CY and confirm you understand that change orders for rock over the estimated quantity will also be assessed at $.01 per CY. Also, please attach a copy of your current Certificate of Insurance listing both automobile and personal liability insurance. This was not included within your bid submitted as required by Part 14 of the Instructions to Bidders. As discussed, you would e-mail me the above information before noon today. Thank you, Chris Chris Buntin, RE. Project Manager WDC Civil Team Leader Office: 479-527-9100 Mobile: 479-856-9766 Buntin, Chris, R From: Buntin, Chris, R Sent: Monday, February 9, 2015 11:13 AM To: 'Bryan Goodwin' Subject: RE: BID 15-15 479-527-9101 Chris Buntin, P.E. Garver 479-527-9100 From: Bryan Goodwin [mailto:pipedude08@yahoo.com] Sent: Monday, February 9, 2015 11:11 AM To: Buntin, Chris, R Subject: Re: BID 15-15 On Monday, February 9, 2015 11:07 AM, "Buntin, Chris, R" <CRBunfin GarverUSA.com> wrote: Can you send me this in a signed letter? Chris Buntin, P.E. Garver 479-527-9100 • • • �-• •-I� r •� • a r. -• * 1 Ir 4 i � ."'.' ` •Ili 1 GOOD&GO-02 LINDA DATE IMMIDDIYYYYI CERTIFICATE OF LIABILITY INSURANCE 2/9/20D5 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 endorsementlsl. PRODUCER BHC Insurance 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 72913-3529 INSURED Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 Linda E. Thomas ,,. (4791452-4000 484-5185 INSURERISI AFFORDING COVERAGE I NAIC S /NSURERA:Cmcinnati Insurance Company --------- 1105"77 INSURER B :Cincinnati Indemnity Company 110677 INSURER 0: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER, 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. INSRI ADDL SUBRr......... .........— I'm TYPE OF INSURANCE INSD I VD i POLICY NUMBER ..�-POLICY EFF POLICYEXP ILIMITS MMIDD MMIDDIYYYY A X COMMERCIAL GENERAL LIABILITY f EACH OCCURRENCE 'i $ 1,000,000 X ( CPP0874683 08/06/2014 4 08/06/2015 DAD #,AAlC}'D 50,000 CLAIMS -MADE L OCCUR @ PREMISESjEa orrence_ $ �.__.---- -------- MED EXP (An one person) S 5,000 _ ( PERSONAL & ADV INJURY $ 1,000,000 2,000,000. GEN'L AGGREGATE LIMIT APPLIES PER. ... GENERAL AGGREGATE $ _ PRO - POLICY XI JECT '�----I LOC PRODUCTS COMP/OP AGG $ 2,000,000 OTHER.` AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 A X CPAO874683 ANY AUTO} Es aLYdenl 08106/2014 i` 0810 6120 1 5 BODILY INJURY (Per person) $ . ALL OWNED 1 SCHEDULED AUTOS AUTOS L BODILY INJURYY(Per accident) X X NON -OWNED PROPERTY DAMAGE $ '', HIRED AUTOS .__._ AUTOS � Per accpdenll $ UMBRELLA LIAR X OCCUR X EACH OCCURRENCE $ ......REG _ ...-_....... 5,000,000 A EXCESS LIAB J CLAIMS MADE 'CPP0874683 0810612014 0810612015 AGGREGATE $ 5,000,000 --- DED ` X RETENTION$ 0 '.' WORKERS COMPENSATION '.. PER 0TH - X ER AND EMPLOYERS' LIABILITY YIN ' ANY PROPRIETOR/PARTNERYEI{ECUTIVE WC1862223'00 Y _STATUTE � 0810612014 08/0612015 E L EACH ACCIDENT $ 100,000 DFFIN ! A OFFCER/MEMBER EXCLUDEDE �' 100,000 Eryto NHy '. E.L. DISEASE -EA EMPLOYEE $ If yes, describe under j DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 0 500,000 A Installation Floater CPP0874683 0810612014: 08/06/2015 Limit 912,907 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) Bid 15-15 CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN y ACCORDANCE WITH THE POLICY PROVISIONS. 113 West Mountain Street Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE ll X71988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD Project Number: 14015 - Sub Sub Project 2OOO Project Name: Regional Park Waterline Construction Architect/Engineer: Jim Beavers I certify that funds are available in the amount of 1,087,000.00 for the above referenced project. This amount reflects the construction portion of the project only (i.e. does not include architect or engineering fees, purchase of land, etc.) and is being certified for the sole purpose of awarding a capital improvement contract under Arkansas Code Annotated 22-9-203(h). I understand that this amount may be re -certified if a rebidding occurs. Signa re of Project Manager Date � (QA Signature of Budget Officer Date 1/30/2015 Addendum No. 1, Bid 15-15 To Plans, Contract Documents and Specifications Construction — Kessler Mountain Water Line This addendum shall be a part of the Plans, Contract Documents anc were originally included therein, and it shall supersede anything cor Specifications with which it might conflict. Note: Receipt of this Addendum shall be acknowledged on the SL provided. Failure to do so may subject Bidder to disqualification. Addenda: I - 2. 3. 4. 5. By: Specifications to the same extent as though it rained in the Plans, Contract Documents and itted Proposal Form in the space Append the following requirement to the end of Standard Specifications for Design and Construction of Water Lines and Sewer Lines, Section 2100 Erosion and Sediment Control, 3.06 Other Controls, B, as follows: I "Any third party roll off container/dumpster shall be leased/rented from the City of Fayetteville Recycling and Trash Collection Division." Append the following requirement to the end of Standard Specifications for Design and Construction of Water Lines and Sewer Lines, Section 2100 Erosion Control Fabric/Mat, Part 3.07 Permanent Erosion Control, A, 1 as follows: "e. Erosion control matting shall be AHTD class 2 Erosion Control Matting." The attached Advertisement to Bid shall replace the Advertisement to Bid previously included within the specifications. I Clarification of the Standard Conditions, Article GC.51: Burning trees/stumps will be allowed on the Regional Park construction site in coordination with the Regional Park's contractor, City of Fayetteville, and Fayetteville Fire Department. Replace General Note Number 4 on Sheet Number 2 of the drawings as follows: a. CONTACTOR SHALL PROVIDE CONSTRUCTION STAKING BY A QUALIFIED SURVEYOR LICENSED AS A PLS IN ARKANSAS. VERIFY SURVEY CONTROL PRIOR TO ANY STAKING. CONTRACTOR SHALL PROVIDE SURVEY BY PLS FOR RECORD DRAWINGS INCLUDING ALL ABOVE GRADE WATER FACILITES (VALVES, LINE MARKERS, AIR RELEASE VALVES, AND SUCH). FOR RECORD DRAWINGS FOR WATER FACILITES BELOW GRADE, CONTRACTOR SHALL FIELD VERIFY WITH INSPECTOR AS APPROVED BY THE ENGINEER. PROPERTY ,MN ENTS DISTURBED BY CONSTRUCTION ACTIVITIES SHALL BE REPLACED. SA pT E OIr Digitally Signed 01/30/2015 A DV�C A C Chris Buntin, PE Project Manager Attachments: Revised Advertisement for Bid Pre -Bid Minutes Pre -Bid Sign -In Sheet Page 1 of 1 CITY OF iievliie ARKANSAS City of Fayetteville, AR Invitation to Bid Bid 15-15, Construction — Kessler Mountain Water Line The City of Fayetteville, AR (City) is accepting sealed bids from properly licensed professionals for the construction of water lines on Mt. Kessler. Work for the project includes, but is not limited to approximately 2,400 linear feet of 18" ductile iron (class 350) water main and related water main facilities from the Kessler Mountain water storage tanks to the Fayetteville Regional Park as shown on the plans and indicated in the specifications. For informational and coordination purposes, the 18" water line through the Regional Park to Cato Springs Road will be installed by the City of Fayetteville with the transition location shown further on the plans. The construction contract time is 75 calendar days as further defined in the Contract Documents. Bids shall be submitted in a sealed envelope or package labeled Bid 15-15, Construction — Mt. Kessler Water Line All bids shall be received by Friday, February 06, 2015 before 2:00 PM, local time to the City of Fayetteville, Purchasing Division — Room 306, Attention: Andrea Foren, 113 W Mountain, Fayetteville, Arkansas 72701. All bids will be opened and read aloud immediately following the deadline. A non -mandatory, pre -bid conference will be held on Thursday. January 22, 2015, at 2:00 PM, local time at the City of Fayetteville Administration Building, City Hall, Room 111 at 113 W. Mountain St, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. Bidding documents and plans shall be obtained from the City of Fayetteville Purchasing Division electronically. Any questions concerning the bidding process should be addressed to Andrea Foren, City of Fayetteville Purchasing Agent, at aforen@fayetteville-ar.eov or by calling (479) 575-8220. For information concerning the proposed work, contact Chris Buntin, P. E. at CRBuntin@GarverUSA.com or by calling (479) 287-4657. All bids shall be accompanied by a cashier's check, from a bank located in the State of Arkansas, or a corporate bid bond, in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the City. Corporate bid bonds shall be from a reliable surety company and all bid bonds shall serve as a guarantee that the Bidder will enter into a contract and execute performance and payment bonds within ten (10) days after notice of award of contract. Bid guarantees shall be made payable to the City of Fayetteville, AR. The successful bidder shall furnish a performance and payment bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Arkansas to act as surety, or other surety or sureties acceptable to the City, and file marked by the Washington County Circuit Clerk's Office is required with a contract awarded amount of $20,000.00 or more. For bids exceeding $20,000.00, bidders shall be licensed under the terms of Arkansas Code Annotation §§17- 25-101, et. Seq. Mechanics and laborers on the project shall be paid not less than the minimum hourly rates set out in Prevailing Wage Determination Number 14-281. The awarded Contractor will be responsible for submitting a "Statement of Intent to Pay Prevailing Wages" form to the Arkansas Department of Labor within 30 days of a Page 1 1 2 • • Notice to Proceed. A copy of this form and the minimum hourly rates are bound in the contract documents. • • 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 subcontract portions of their contract to qualified small, minority and women business enterprises. • • The City reserves the right to reject any or all bids, to waive irregularities in the bids and bidding deemed to be • in the best interests of the City, and to reject nonconforming, nonresponsive, or conditional bids. Bids shall • remain in effect for 90 calendar days after the bid opening date. • CITY OF FAYETTEVILLE, ARKANSAS • By: Andrea Foren, CPPO, CPPB • City of Fayetteville, Purchasing Agent Ad Dates: 01/12/2015 and 01/19/2015 • • • • • • • • • • • • • • • • • • • • • • • • • • • Page 2 I 2 • • 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 GARNER www.GarverUSA.com MEETING MINUTES Bid 15-15, Construction Kessler Mountain Water Line Fayetteville, Arkansas Non -mandatory, Pre -Bid Conference City of Fayetteville Administration Building, Room 326 Thursday, January 22, 2015 • Bidding Requirements — Andrea Foren, City of Fayetteville Purchasing Agent • Addenda o All changes to contract documents made by Addenda o Inquiries within 48 hours of bid opening given consideration. o Addenda will be posted at least 24 hours prior to bid opening o Addendum Number 1 will include adding "Any third party roll off container/dumpster shall be leased/rented from the City of Fayetteville Recycling and Trash Collection Division" to the end of Standard Specifications for Design and Construction of Water Lines and Sewer Lines, Section 2100 Erosion and Sediment Control, 3.06 Other Controls, B. • Bid received until February 6, 2015, 2:00 p.m. local time • Bids shall include o Insurance Coverages (current auto and liability insurance) o 010300 - Bid Bond or cashier's check not less than 5% o 010400 — Proposal, including acknowledgement of addenda • Bid Items include all materials, labor, and incidentals per Section 011025 o 010420 - Statement of Bidders Qualifications o 010440 — List of Proposed Subcontractors • Minimum Wage Rates per Determination 14-281 in Specifications o Garver will submit NTP to ADL o Contractor will be required to submit Statement of Intent to ADL within 30 days of NTP • Work by Others — Alison Jumper, City of Fayetteville Park Planning Superintendent o Landfill, anticipated completed mid -February o Regional Park opens bids 02106/2015 o Water Line portion to be installed by City of Fayetteville as shown on drawings • Estimated Schedule o Bids remain effective 90 calendar days after 2/612015 bid opening o Anticipate taking recommendation to award to Water and Sewer Committee on 2110/20 15 o City Council, notice of award, execute agreements, notice to proceed, and preconstruction conference in March 2015 ■ Contractor shall submit contract, bonds, and insurance within 10 days of notice o Construction Contract Time 75 calendar days starting within 10 days of NTP o Construction Complete June 2015, Regional Park Deadline for water August 15, 2015 Page 1 of 2 Bid 15-15 Pre -Bid January 29, 2015 Page 2 of 2 Site Access for Contractor Inspection o Contact Aaron Watkins at (479) 301-4874 or Jayce Branson at (479) 601-3518 for gate access • SWPPP is required and enclosed in Section 010970 • Pre and Post Construction Videos are required, refer to • City Portion mostly complete, All work east of Station 33, o Sheet Number 9, remove cap, connect to water I facilities to storage tanks • Read General Notes on Sheet Number 2 • Maintain access to Kessler Mountain Trail and water stor where trail crosses proposed water line, see Sheet Numi City Comments • Andrea Foren reminded attendees that they must be regiE Office to receive project addenda and submit a bid. • Alison Jumper reminded bidders that the Mount Kessler p to make provisions for safety fencing and security of work Questions • The location of the spoils grading plan (drawing number W (drawing number G003, sheet 3). • Bidders are reminded that although located on City of Fayi be contained within the easement boundary. lion 011325 to be installed by City install 45 degree fittings, and proceed with tanks at all times. Utilize safety fencing 5 with the City of Fayetteville Purchasing trail and trailhead is used heavily. Bidders s in the vicinity of the trail. 14, sheet 18) is available on the keymap property, construction activities should • Burning trees will be allowed on the regional park site in coordination with the regional park contractor, the City of Fayetteville, and Fayetteville Fire Department. This is clarifying the language in Article GC.51 of the General Conditions. Bidders are reminded that tree remove I is to be minimized and coordinated with owner. • Attendees requested that the Contract Time be lengthened beyond the 75 days currently scheduled. The Contract Time will not be lengthened. • Concerns were raised about the potential for precipitation during the scheduled project time. Bidders are reminded schedule includes consideration for normal weather -related events and holidays as listed in Section 01 08 00, subsection GC 20.1 of the project specifications. • For construction staking, contact Garver's Survey Team Leader Paul Davis, P.S. at (479) 527-9100. • An attendee asked about the tapping sleeve requirement for a working pressure of 200 psi working pressure. This requirement will not be modified. • No blasting of rock will be allowed without written authorization by the City of Fayetteville and Garver. • Consideration will be given with respect to project schedule if a significant amount of rock is encountered beyond the estimated quantity. • No geotechnical investigation was completed as a part of this design. Bidders are responsible for his/her own investigations. I • Use of large rocks or boulders encountered during excavation will be permitted along the water line easement for aesthetic purposes. However, access to the water line for maintenance will be maintained. G) CD CD Z 0 a ry f N" a . w r r H � n G v � � s o w � r r I 1 Z S Id p. 1 • • r • • -IOZ C `C 7 -nc *C • L CD D T th N 11 W w rte+ _► cg -' a o y O W X3�77 (D (-, a o • 0 r CD m • Z . m • • • • • • • • • i • • • • • • V I< C) z z I I C) Z c 3 Q) - o) c_ mJCD 2) N a I C)7 mw = cn cD 5. CA m 0 0 a CD E m l0 CD CD C CD CD CD • • • . 000001 — CERTIFICATIONS • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Water Main Improvements • Kessler Mountain to Cato Springs Road 000001-1 14048020 • WATER MAIN IMPROVEMENTS KESSLER MOUNTAIN TOfCATO SPRINGS ROAD GARNER PROJECT NO. 14048020 I hereby certify that the project plans and specifications my direct supervision and that I am a duly Licensed Engineer were prepared by me or under under the laws of the State of Arkansas. SEAL AND SIGNATURE Chris Buntin, P.E. S� A�LaP ARINSAS LICENSED FE ONALz Digitally Signed: Digitally Signed 01/05/2015 000001 - CERTIFICATIONS I GARVER, LLC CERTIFICATE OF AUTHORIZATION: AR ARCHITECTURAL COA NO. LL111 AR ENGINEERING AND SURVEYING: GARVER LLC .. No. 766 Date: 12/31/15 Water Main Improvements Kessler Mountain to Cato Springs Road 000001-2 14048020 a • • CITY OF FA WATER MAIN IMPROVEM KESSLER MOUNTAIN TO CATO Si Description PART I - BIDDING REQUIREMENTS 010000 Advertisement for Bids 010200 Instructions to Bidders 010300 Bid Bond 010400 Proposal 010420 Statement of Bidder's Qualifications 010440 List of Proposed Subcontractors 010480 Bidder's Checklist of Required Items PART 2- CONTRACT DOCUMENTS 010600 Contract 010600-1 010700 Performance Bond 010700-1 010720 Payment Bond 010720-1 010740 Maintenance Bond 010740-1 NGS ROAD Page No. 010000-1 010200-1 010300-1 010400-1 010420-1 010440-1 010480-1 PART 3- PROJECT CONDITIONS 010800 General Conditions 010900 Special Conditions 010910 OSHA Standard for Excavation and Trench Saf 010920 Wage Rate Determination 14-281 010940 USFWS Approval and Considerations 010960 USACE Approval and Considerations 010970 Stormwater Pollution Prevention Plan and NOC 011025 Measurement and Payment 011325 Construction Videos PART 4- TECHNICAL SPECIFICATIONS City of Fayetteville 2012 Standard Specifications for Design Sewer Lines Systems 010800-1 010900-1 010910-1 010920-1 010940-1 010960-1 010970-1 011025-1 011325-1 Construction of Water Lines and SECTION TITLE NO. OF PAGES 1000 General Requirements and Procedures 4 1100 General Design Standards — Water 16 1200 General Design Standards — Sewer 14 2000 Trench Safety 2 2100 Erosion and Sediment Control 10 2200 Site Preparation 4 2300 Excavation, Backfiiling, and Compacting 10 3000 Sewer Pipe, Fittings, and Materials 1 10 3100 Installation of Sewer Pipe, Fittings, and Materials 12 Water Main Improvements Kessler Mountain to Cato Springs Road 000010-1 14048020 SECTION TITLE NO. OF PAGES 3200 Installation of Sewer Service Lines 8 • 3300 Manholes 12 3400 Steel Encasement Pipe 6 3500 Sewer Pump Stations 14 5 3600 Cast -In -Place Concrete 4 4000 Water Pipe, Fittings, and Materials 14 4100 Installation of Water Pipe, Fittings, and Materials 18 4200 Water Line Pressure Reduction Procedures 4 5000 Sewer Line Cleaning 4 5100 Sewer Line Television Inspection 4 5200 Inspection and Testing of Sewer Lines, Manholes, and Service Lines 8 5300 Inspection and Testing of Water Lines and Service Lines 6 5 6000 Pavement Repair 6 6100 Lawn and Grass Restoration 8 6200 Reporting Forms 20 Water Main Improvements Kessler Mountain to Cato Springs Road 000010-2 14048020 Section 010000 - ADVERTISEMENT FOR BIDS City of Fayetteville Invitation to BID 15-15, Construction — Kessler Mountain Water Line The City of Fayetteville, AR (City) is accepting sealed bids from properly licensed professionals for the construction of water lines on Mt. Kessler. Work for the project includes, but is not limited to approximately 2,400 linear feet of 18" ductile iron (class 350) water main and related water main facilities from the Kessler Mountain water storage tanks to the Fayetteville Regional Park as shown on the plans and indicated in the specifications. For informational and coordination purposes, the 18" water line through the Regional Park to Cato Springs Road will be installed by the City of Fayetteville with the transition location shown further on the plans. The construction contract time is 75 calendar days as further defined in the Contract Documents. Bids shall be submitted in a sealed envelope or package labeled Bid 15-15, Construction — Mt. Kessler Water Line All bids shall be received by Friday. February 06, 2015 before 2:00 PM, local time to the City of Fayetteville, Purchasing Division — Room 306, Attention: Andrea Foren, 113 W Mountain, Fayetteville, Arkansas 72701. All bids will be opened and read aloud immediately following the deadline. A non -mandatory, pre -bid conference will be held on Thursday, January 22, 2015, at 2:00 PM, local time at the City of Fayetteville Administration Building, City Hall, Room 326 at 113 W. Mountain St, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. Bidding documents and plans shall be obtained from the City of Fayetteville Purchasing Division electronically. Any questions concerning the bidding process should be addressed to Andrea Foren, City of Fayetteville Purchasing Agent, at aforen fayetteville-ar.gov or by calling (479) 575-8220. For information concerning the proposed work, contact Chris Buntin, P. E. at CRBuntin(c GarverUSA.com or by calling (479) 287-4657. 1 All bids shall be accompanied by a cashier's check, from a bank located in the State of Arkansas, or a corporate bid bond, in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the City. Corporate bid bonds shall be from a reliable surety company and all bid bonds shall serve as a guarantee that the Bidder will enter into a contract and execute performance and payment bonds within ten (10) days after notice of award of contract. Such bid guarantee shall be made payable to the City of Fayetteville, AR. The successful bidder shall furnish a performance and payment bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Arkansas to act as surety, or other surety or sureties acceptable to the City, and file marked by the Washington County Circuit Clerk's Office is required with a contract awarded amount of $20,000.00 or more. For bids exceeding $20,000.00, bidders shall be licensed under the terms of Arkansas Code Annotation §§17-25-101, et. Seq. Mechanics and laborers on the project shall be paid not less than the minimum hourly rates set out in Prevailing Wage Determination Number 14-281. The awarded Contractor will be responsible for submitting a "Statement of Intent to Pay Prevailing Wages" form to the Arkansas Department of Labor within 30 days of a Notice to Proceed. A copy of this form and the minimum hourly rates are bound in the contract documents. 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 subcontract portions of their contract to qualified small, minority and women business enterprises. The City reserves the right to reject any or all bids, to waive irregularities in the bids and bidding deemed to be in the best interests of the City, and to reject nonconforming, nonresponsive, or conditional bids. Bids shall remain in effect for 90 calendar days after the bid opening date. Water Main Improvements Kessler Mountain to Cato Springs Road 010000-1 14048020 CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPO, CPPB City of Fayetteville, Purchasing Agent Ad Dates: 01/12/2015 and 01/19/2015 S • Water Main Improvements Kessler Mountain to Cato Springs Road 010000-2 14048020 010200 - INSTRUCTIONS TO BI PREPARATION OF BID Each bid must be submitted on the prescribed form (Proposal) andlUnit Price Schedule(s). All blank spaces must be filled in legibly with ink. All blank spaces for bid prices on the Unit Price Schedules must be filled in and the extended total for each item shall be entered in figures only. If the unit price and the extended total of any item are not in agreement, the unit price shall govern and the extended total is corrected to conform thereto. Erasures or other corrections on the Proposal form or Unit Price Schedules shall be initialed by the signer of the bid. All bids must be signed in ink by an individual authorized to bind the Bidder. All bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Proposal by the Bidder. There must be a bid on all items that may appear on the Unit Price Schedule(s). No bid will be considered which covers only a part of the work. A conditional bid will not be b nsidered. The Proposal and Unit Price Schedule(s), along with other specific section items required in Section 16 below for the sealed bid, shall not be altered and these sections shall be submitted in their entirety. Submission must be at the place, and at or prior to the time specified in the Advertisement for Bids. Each bid must be submitted in a sealed envelope clearly marked on the outside that it contains a bid for Water Main Improvements Kessler Mountain to Cato Springsl Road and with the time and date of bid opening shown thereon. The name, address, and Arkansas Contractor's License Number of the Bidder shall appear in the upper left-hand corner of the envelope. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope. A bid that obviously is unbalanced may be rejected. 2. INTERPRETATIONS AND ADDENDA No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Every request for such an interpretation shall be I made in writing to Andrea Foren at aforenfayetteyille-ar.gov to be distributed and answered by the appropriate person. Any inquiry received forty-eight (48) hours prior to the opening of bids will be given consideration. Every interpretation made to a Bidder will be in the form of an Addendum to the contract Documents, and when issued, will be sent to the Plan Holders list located in the electronic plan, room at least twenty-four (24) hours before bids are opened. It shall be the Bidder's responsibility to make inquiry to the electronic plan room as to the Addenda issued. All such Addenda shall become part of the Contract and all Bidders shall be bound by such Addenda, whether or not received by the Bidders. 3. INSPECTION OF SITE Each Bidder shall visit the site of the proposed work and fully acquaint himself with the existing conditions there relating to construction and labor, and shall fully inform himself as the facilities involved, and the difficulties and restrictions attending the performance of the Contract. The Bidder shall thoroughly examine and familiarize himself with the Plans, Technical Specifications`, and other Contract Documents. The Contractor by the execution of the Contract shall not be relieved of any obligation under it due to his failure to receive or examine any form or legal instrument or to visitl the site and acquaint himself with the conditions there existing, and the Owner will be justified in rejecting any claim based on facts regarding which he should have been on notice as a result thereof. ! 4. BID GUARANTY I The bids must be accompanied by a Bid Guaranty, which shall not be less than five percent (5%), of the amount of the bid. At the option of the Bidder, the guaranty may be a cashier's check, or may be a Bid Water Main Improvements 1 Kessler Mountain to Cato Springs Road 010200 - 1 1 14048020 Bond that is similar to the attached form. No bid will be considered unless it is accompanied by the required guaranty. Cashier's check must be payable to the order of City of Fayetteville. Cash deposits will not be accepted. The Bid Guaranty shall insure the execution of the Agreement and the furnishing of the surety bond or bonds by the successful Bidder, all as required by the Contract Documents. Cashier's check, or Bid Bonds, of unsuccessful Bidders, will be returned upon request as soon as feasible after the opening of the bids. 5. COLLUSION; SUBCONTRACTS A Bidder submitting a Proposal to the Owner for the work contemplated by the Documents on which bidding is based shall not collude with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful Bidder shall submit the name of any proposed Subcontractor for prior approval of the Owner. 6. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall submit, on the form furnished for that purpose (a copy of which is included in the Contract Documents), a statement of the Bidder's qualifications, his experience record in construction of work similar to that which here is involved, and his organization and equipment available for the work contemplated; and when specifically requested by the Owner, a detailed financial statement. The Owner shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the Owner all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Owner that the Bidder is qualified to carry out properly the terms of the Contract. 7. BALANCED BIDS; VARIATIONS IN QUANTITIES The lump sum price and unit price for each of the several items in the Proposal of each Bidder shall be balanced and shall include its pro rata share of overhead. The Owner shall have the right to increase or decrease the extent of the work, to change the location or gradient, or the dimensions of any part of the work, provided that the length of the improvement is not increased or decreased in excess of twenty-five percent (25%) of the length as determined by the Contract, or that the quantities of work to be done or the materials to be furnished are not increased or decreased in money value in excess of twenty-five percent (25%) of the total contract as determined by the Contract. Such changes shall not be considered as a waiver of any conditions of the Contract nor invalidate any of the provisions thereof. The Contractor shall perform the work as increased or decreased within the qualifying limits named and no allowance will be made for anticipated profits or increases or decreases so incurred. Change in length or in money value, within the twenty-five percent (25%) limits set out, shall not be cause for adjustment of any lump sum or unit price. Changes in items of work covered by unit prices and/or lump sum prices, within the twenty-five percent (25%) limits set out, shall not be cause for adjustment of any other (non-involved) lump sum or unit price. Increases or decreases in items of work, and the cost thereof, shall be done in accordance with the Section entitled, CHANGES IN THE WORK under GENERAL CONDITIONS. 8. TIME FOR RECEIVING BIDS A bid received prior to the advertised hour of opening will be kept securely and will remain sealed until the hour of opening. The officer whose duty it is to open them will decide when the specified time has arrived, and any bid received subsequent to that time will be returned unopened. Water Main Improvements Kessler Mountain to Cato Springs Road 010200 - 2 14048020 i s s • a f a a S i • S • i • S a a a • a a S S w i 9. OPENING OF BIDS At the time and place fixed for the opening of bids, the Owner will 'cause the bids to be opened and publicly read aloud, irrespective of any irregularities therein. Bidders and other persons properly interested may be present, in person or by representative. Bid qualification may tie evaluated before and/or after the bid opening, at the Owner's discretion. 10. WITHDRAWAL OF BIDS I Bids may be withdrawn on written request if the request is received prior to the time fixed for the opening of bids. i 11. AWARD OF CONTRACT; REJECTION OF BIDS The Contract will be awarded to the responsible Bidder submitting the lowest total bid complying with the conditions of the Advertisement for Bids and other parts of these Contract Documents. Proposals will be evaluated on the basis of cost, the Bidder's financial responsibility, performance responsibility, technical feasibility, his equipment, and his past performance in completing similar work. The Bidder to whom the award is made will be notified at the earliest possible date, but not later than ninety (90) days after the opening of bids. The Owner, however, reserves the right to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in its interests. The Owner reserves the right to consider as unqualified to do the work any Bidder who does not habitually perform with his own forces the major portions of such work as is involved in construction of these improvements. 12. EXECUTION OF CONTRACT; PERFORMANCE AND PAYMENT BOND Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the Owner a Contract in the form included in the Contract Documents in such number of copies as the Owner may require. Having satisfied all conditions of award as set forth elsewhere in these Documents, the successful Bidder shall, within the period specified above, furnish a surety bond in a penal sum not less than the amount of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms or corporations to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature, including utility and transportation services employed or used by him in performing the work. Such bond shall be as included in the Contract Documents and shall bear the same date as, or a date subsequent to, that of the Agreement. The current power of attorney for the person who signs for any surety company shall be attached to such bond. I The failure of the successful Bidder to execute such Contract arid to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant, based upon reasons determined sufficient by the Owner, shall constitute a default, and the Owner may either award the Contract to the next lowest responsible Bidder or readvertise for bids. 13. BONDS AND INSURANCE Attention of Bidders is called to Arkansas Code Annotation §§ 22-9-401 et. Seq., which has certain requirements pertaining to Performance Bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance. All companies furnishing Bid Bonds and Performance Bonds shall furnish evidence of being on the U.S. Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State of Arkansas. ! Water Main Improvements Kessler Mountain to Cato Springs Road 010200- 3 14048020 14. CONTRACTOR'S LIABILITY INSURANCE REQUIREMENTS The Bidder shall provide with the Proposal a listing of both automobile and personal liability insurance coverage currently in force, along with a copy of a Certificate of Insurance as verification of that coverage. In addition, the Bidder shall provide a statement of premium cost issued by the agent or insurance carrier for that coverage. In the event the Owner determines that the low Bidder's coverage in force is inadequate, the Owner may require the low Bidder to procure additional coverage in amounts specified by the Owner. The cost of premiums for such additional coverage shall be paid by the Owner in the form of a reimbursement under the contract. In the event the lower Bidder is unable, after diligent effort, to procure such additional coverage as may be required by the Owner, the Owner shall provide such additional coverage, naming the Contractor as insured or, at the option of the Owner, reduce the amount of additional coverage required or waive any requirement for additional coverage. 15. THIRD PARTY COVERAGE The Contractor shall provide insurance coverage for the Engineer and the Owner as indicated in the General Conditions, GC.8. 16. SIGNATORY AND CONTRACT SUBMITTALS The Contract Documents call for all Bidders, and for the awarded Contractor, to complete and/or submit information concerning equal employment opportunity, quality control, labor items, etc. A list of required items to be submitted with each bid is listed in the Bidders Checklist. The following is a list of completed forms/submittals that the apparent low Bidder will be required to complete before execution and award of the contract: • Contract (all pages) • Performance Bond • Payment Bond • Certificates of Insurance and Insurance Policies The following is a list of completed forms/submittals that the awarded Contractor will be required to submit before construction begins: • Construction Schedule Additional certifications and submittals will be required for construction materials and other items in the technical specifications. 17. LEGAL QUALIFICATIONS All Bidders, in order to submit a bonafide Proposal, must comply with the applicable terms of Project State Code. The successful Bidder, if a corporation created under the laws of some state other than the State of Project State, will be required to qualify, or to have qualified, with the Secretary of State of Project State to do business in the State of Project State. 18. MODIFICATION OF BID Water Main Improvements Kessler Mountain to Cato Springs Road 010200-4 14048020 No modification of any bid already submitted will be considered unless such modification is received in • writing, signed and witnessed by persons authorized to so act on behalf of the bidder, prior to the time set for opening of bids. 1 END OF INSTRUCTIONS TO BIDDERS Water Main Improvements Kessler Mountain to Cato Springs Road 010200 - 5 14048020 • 010600 - CONTRACT • THIS AGREEMENT made this day of 2015, by and between Goodwin & • Goodwin, Inc, a Corporation organized and existing under the laws of the State of Arkansas hereinafter . called the "Contractor", and CITY OF FAYETTEVILLE, hereinafter called the "Owner". . W ITNESSETH.- That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services . and perform and complete all work required for the construction of Construction — Kessler Mountain Water Line Bid 15-15 in strict accordance with the Contract Documents. • . ARTICLE 2. The Contract Price. The Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sum and unit prices stipulated in the Proposal • subject to additions, and deductions as provided in the Section entitled "CHANGES IN THE WORK" under . GENERAL CONDITIONS. • ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within seventy five (75) consecutive calendar days thereafter (except as modified in accordance with the GENERAL • CONDITIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time - specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in GENERAL CONDITIONS of these • Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be . deducted from the payments to be made under this Contract. ARTICLE 4. Contract. The executed Contract Documents s a. Executed Agreement b. Addenda (if any) c. Advertisement for Bids d. Instructions to Bidders e. Proposal f. Statement of Bidder's Qualifications g. List of Proposed Subcontractors h. Performance and Payment Bonds i. General Conditions j. Special Conditions k. Technical Specifications I. Drawings m. Certificates of Insurance and Insurance Policies n. Third Party Insurance consist of the following: This Agreement, together with other Documents enumerated in this Article 4, which said other Documents are as fully a part of the Contract as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved1by the Engineer whose decision shall be Water Main Improvements Kessler Mountain to Cato Springs Road 010600-1 14048020 final. ARTICLE 5. Surety. The Surety on the Performance -Payment Bond shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of Arkansas, and shall comply with applicable Arkansas laws. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed in four (4) counterparts, each of which shall be considered an original on the day and year first above written. ATTEST: Title: President i 3503 Free Ferry Road (Street) I Fort Smith. AR 72903 (City) 1 ATTEST: �QG 1. (Sondra Smith, City Clerk) SO4 I r a. i . sm itk (Print the names underneath all sign��ee)rr� o. FAYETTEVILLE ����i��GTON•G�`��, Water Main Improvements Kessler Mountain to Cato Springs Road 010600-2 14048020 Bond # B1204017 010700 - PERFORMANCE KNOW ALL MEN BY THESE PRESENTS: THAT WE, as Principal, hereinafter called "Principal", and Cincinnati Insurance Co Cincinnati , State of Surety, hereinafter called "Surety", are held and firmly bound Arkansas, as Obligee, hereinafter called "Owner', In the amount NDRED SEVEN THOUSAND SEVEN AND 5 Ohio P. O. Box 145496 as the City of Fayetteville, Fayetteville, Dollars ($ 707,007.50 ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH I THAT, the )WHER S t rincipal ent red Into a Contract with the Owner by written agreement dated day of , 20, a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, 'Water Main Improvements Kessler Mountain Ito Cato Springs Road" NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract, including without limitation the maintenance warranty thereof, during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands Incurred under such Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making goad any default, then this obligation shall be void; otherwise to remain in full force and effect. Any alterations which may be made in the terms oflthe Contract, or in the work to be done under it, or the giving by the Owner of an extension of time for the performance of the Contract, or any. other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Water Main Improvements Kessler Mountain to Cato Springs Road 010700-1 14048020 This bond is executed pursuant to the terms,of Arkansas Code Annotation §§ 18-44-501 et. Seq., as amended. i Executed on this day of, 20_ SEAL Goodwin & Goodwin, Inc. By Sig SEAL NOTES: Attach Power of Attorney. By Bryan Goodwin, President Print Name and Title Cincinnati Insurance Company Surety I By Atto rn in -Fact - ignature By Elizabeth A. Solomon, Attorney -in -Fact Attorney -In -Fact - Print Name and Title Date of Bond must not precede date of Contract. A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed. Water Main Improvements Kessler Mountain to Cato Springs Road 010700-2 14048020 a a a a a a a . a a a . a a a a . a a • . a a a a a a a a a a a . S a a a THE CINCINNATI INSURANCECOMPANY Fairfield, Ohio .POWER OF ATTO KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. C1ark;IScott R. Clark; Janice A. Butler; Scott Taylor; Elizabeth A. Solomon; Sarah Day and/or Brent Frueh of Fort Smith, Arkansas fits true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 61 day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke'any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the T; day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary ot''Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and scaled and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached; continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE seal, duty attested by its Vice President this 10'" day of May, 2012. y CORPORATE y SEAL OHIO . STATE OF OHIO ) ss: COUNTY OF BUTLER has caused these presents to be sealed with its corporate THE CINCINNATI INSURANCE COMPANY °�- A Vice President On this 10'" day of May, 2012, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. .••`''��1At+��''�y, MARK J, H LLER, Attorney at Law +� NOTARY PUBLIC - STATE OF OHIO ,%I/gIejQ My commission has no expiration, �� �u� date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. ! GIVEN under my hand and seal of said Company at Fairfield, Ohio. this day of .�� WRrowL Assistant Secretary � SEAL t OHIO BN-1005 (5/12) Bond # B1204017 010720 - PAYMENT BO KNOW ALL MEN BY THESE PRESENTS: THAT WE, Goodwin & Goodwin, Inc., 3503 Free Ferry Road, Fort Smith, AR 72903 as Principal, hereinafter called "Principal", and Cincinnati Insurance Company, P. O. Box 145496 Cincinnati , State of I Ohio , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: SEVEN HUNDRED SEVEN THOUSAND SEVEN AND 50/100THS Dollars ($ i 707,007.50 _ ), In lawful money of the United States of America, for the payment' of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. Ij THE CONDITION OF THIS OBLIGATION IS SUCH THAT: .1) WHER t ipal entered Into a Contract with the Owner by written agreement dated the day of , 20, a copy of which is attached hereto and made a part hereof, hereina er referred to as the Contract, "Water Main Improvements Kessler Mountain to Cato Springs Road" NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor In the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor performed in such work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 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 Owner of an extension of time for the performance of the Contract; or any other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personall representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived. 1 In no event shall the aggregate liability of the Surety exceed the sum set out herein. Water Main Improvements Kessler Mountain to Cato Springs Road 010720-1 14048020 This bond Is executed pursuant to the terms of Seq., as amended. Executed on this � day of SEAL SEAL NOTES: Attach Power of Attorney. Code Annotation §§ 18-44-501 et. i & Goodwin, Inc. Principal By 44(141 tLQftLVP Sig l a e By Bryan Goodwin, Pres Print Name and Title Cincinnati Insurance Company Surety By Attorne - n -Fact - Signature By Elizabeth A. Solomon, Attorney -in -Fact Attorney -In -Fact - Print Name and Title Date of Bond must not precede date of Contract. A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed. Water Main Improvements Kessler Mountain to Cato Springs Road 010720-2 14048020 THE CINCINNATI INSURANCE -COMPANY • Fairfield, Ohio • POWER OF ATTORNEY • KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; • Scott Taylor; Elizabeth A. Solomon; Sarah Day and./or Brent Frueh of Fort Smith, Arkansas - `its true and lawful Attorneys) -in -Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: • Any such obligations in the United States, up to Twenty Million -and No/100 Dollar's ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being pr sent and voting, on the 6w day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in -- S Fact shall be. binding upon the Company as if they had been duly ex cuted and acknowledged by the regularly elected officers of the Company." • This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7th day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary ot"Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and scaled ;. and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached,' continue to be valid and binding on the Company." i IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate • seal, duly attested by its Vice President this 10'' day of May, 2012. - PORAT THE CINCINNATI INSURANCE COMPANY u CORPoRATE a - SEAL A - i OHIO Vice President . STATE OF OHIO ) ss: COUNTY OF BUTLER } On this 10'" day of May, 2012, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the i authority and direction of said corporation. -4 . y Q MARK J. H LLER, Attorney at Law /NOTARY PUBLIC -STATE OF OHIO �, 'f;. d My commission has no expiration 4jfr , %! date. Section t47.03,O.R.C. i I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. . this day of .n .� 3 CORPORATE 5 E A L Assistant Secretary . oxo BN-1005 (5/12) i Is GOOD&GO-02 LINDA �A`ORO' DA CERTIFICATE OF LIABILITY INSURANCE 311620115 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 ORI 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(les) 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). RODUCER CONTACT Linda E. Thomas NAME: HC Insurance _ PHONE -� No, Ext): (479} FAX 452-4000 (�C Ne), (479) 4845185 500 Euper Lane -(Arc, E-MAIL O. Box 3529 ADDRESS: _ ort Smith, AR 72913-3529 INSURER(S) AFFORDING COVERAGE NAIC S INSURER A : Cincinnati Insurance Company 10677 INSURED INSURER B: Cincinnati Indemnity Company 10677 Goodwin & Goodwin, Inc. INSURER C _ _ 3503 Free Ferry Road INSURER D : Fort Smith, AR 72903 INSURER E : INSURER F: • OVERAGES CERTIFICATE NUMBER: I 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. NSR TYPE OF INSURANCE ADDL'SLLBA POLICY EFF POLICY EXP TR INSO WVO POLICY NUMBER MMID MMIDD LIMITS X COMMERCIAL GENERAL LIABILITY I I EACH OCCURRENCE $ 1,000,00 ~�' CLAIMS OCCUR X CPP0874683 I 0810612014 DAMAGE TO RENTED 08106/2015 $ 50,00 -MADE PREMISES (Ea occurrence) ME�(Anyoneperson} S 5,000 PERSONAL & ADV INJURY $ 1,000,00 GEN'L AGGREGATE LIMITAPPLIES PER; GENERAL AGGREGATE $ 2,000,00 r -_-_-_.-I POLICY X EC LOC I PRODUCTS - COMPIOP AGO $ 2,000,000 I OTHER: $ AUTOMOBILE LIABILITY i ^� COMBINED SINGLE LIMIT $ 1,000,000 I (Es accident} A i ANY AUTO CPA0874683 0810612014 08/0612015 ' BODILY INJURY (Per person) $ - ALL OWNED SCHEDULED AUTOS AUTO$ I BODILY INJURY (Per accident) $ X X NON -OWNED I HIRED AUTOS AUTOS rPROPERTY DAMAGE acc(dent) $ r(Per , X UMBRELLA LIAR II} X OCCUR ; EACH OCCURRENCE ' $ 5,000,000 •� EXCESS LIAB CLAIMS -MADE CPP0874683 0810612014. 08106/2015 AGGREGATE $ 5,000,000 DED X RETENTIONS 0 ' $ WORKERS COMPENSATION I PER � i X AND EMPLOYERS' LIABILITY YIN ' . STATUTE i ER ' ANY PROPRIETORIPARTNERIEXECUTIVE WC1862223-00 0810612014 l 0810612015 ACH ACCIDENT $ 100,000 E.L.L OFFICERJMEMBER EXCLUDED? [ k N I A (Mandatory In NH) I I E.L. DISEASE - EA EMPLOYEE $ 100,00 If yes, describe under DESCRIPTION OF OPERATIONS below I E.L. DISEASE - POLICY LIMIT s 500,000 • installation Floater CPP0874683 0810612014 08/06/2015 Limit 912,90 ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) ]d 15-15, Construction - Kessler Mountain Water Line dditional Insured Clause in favor of City of Fayetteville, Owner, and Garver, LLC, Engineer, applies to General Liability policy when required by written ontract. City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. rt AUTHORIZED REPRESENTATIVE f-ACORD 25(2014/01) fl 19RR-901d ACfRn CARPARATIAN 011 rinhle rwaprverl The ACORD name and logo are registered marks of ACORD 010800 - GENERAL TABLE OF CONTENTS ARTICLE TITLE GC.1 DEFINITIONS GC.2 SUPERINTENDENCE BY CONTRACTORS GC.3 CONTRACTOR'S EMPLOYEES GC.4 SAFETY OF CONTRACTOR'S EMPLOYEES GC.5 SUBCONTRACTS GC.6 OTHER CONTRACTS GC.7 BOND GC.8 CONTRACTOR'S INSURANCE GC.9 SAMPLE CERTIFICATE OF LIABILITY INSURANCE GC.10 CONTRACTOR'S AND SUBCONTRACTOR'S INDEMNIFICATION PROVISION GC.11 FITTING AND COORDINATION OF THE WORK GC.12 KNOWLEDGE OF CONDITIONS GC.13 MUTUAL RESPONSIBILITY OF CONTRACTORS GC.14 PAYMENT TO CONTRACTOR GC.15 USE OF COMPLETED PORTIONS GC.16 CHANGES IN THE WORK GC.17 CLAIMS FOR EXTRA COST GC.18 OWNER'S RIGHT TO TERMINATE CONTRACT GC.19 SUSPENSION OF WORK GC.20 CONTRACT TIME - DELAYS - EXTENSION OF TIME GC.21 PROGRESS SCHEDULE GC.22 LIQUIDATED DAMAGES FOR DELAY GC.23 DISPUTES GC.24 ASSIGNMENT OR NOVATION GC.25 TECHNICAL SPECIFICATIONS AND DRAWINGS GC.26 RECORD DRAWINGS GC.27 SHOP DRAWINGS GC.28 SUBMITTALS GC.29 REQUESTS FOR SUPPLEMENTARY INFORMATION GC.30 REFERENCE TO MANUFACTURER OR TRADE NAME - "OR EQUAL CLAUSE" GC.31 SAMPLES, CERTIFICATES, AND TESTS GC.32 TEST BORINGS/SUBSURFACE INFORMATION GC.33 PERMITS AND CODES GC.34 RIGHTS -OF -WAY GC.35 CARE OF WORK GC.36 QUALITY OF WORK AND PROPERTY GC.37 BARRICADES, LIGHTS, AND WATCHMEN GC.38 FENCES AND DRAINAGE CHANNELS GC.39 WATER FOR CONSTRUCTION GC.40 MATERIAL STORAGE GC.41 EXISTING UTILITIES AND SERVICE LINES GC.42 TESTING AND INSPECTION GC.43 ACCIDENT PREVENTION GC.44 TRENCH AND EXCAVATION SAFETY SYSTEMS GC.45 UNDERGROUND FACILITIES GC.46 SANITARY FACILITIES GC.47 USE OF PREMISES GC.48 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED Water Main Improvements Kessler Mountain to Cato Springs Road 010800- 1 14048020 GC.49 LIGHT AND POWER GC.50 USED MATERIALS GC.51 REMOVAL OF DEBRIS, CLEANING, ETC. GC.52 EXISTING STRUCTURES GC.53 RETURN OF OWNER'S MATERIALS, EQUIPMENT, OR PROPERTY GC.54 PAY ITEM DESCRIPTION GC.55 SPARE PARTS GC.56 OBSERVATION OF WORK GC.57 REVIEW BY OWNER GC.58 PROHIBITED INTERESTS GC.59 FINAL INSPECTION GC.60 PATENTS GC.61 WARRANTY OF TITLE GC.62 GENERAL GUARANTY GC.63 RELEASE AND CONTRACTOR'S AFFIDAVIT Water Main Improvements Kessler Mountain to Cato Springs Road 010800- 2 14048020 GC.1 DEFINITIONS Wherever used in any of the Contract Documents, the following defined: finings shall be given to the terms herein (1) The term "Addendum" means any change, revision, or clarification of the Contract Documents which has been duly issued by the Owner, or the Engineer, to prospective Bidders prior to the time of receiving bids. (2) The term "Award" means the acceptance by the owner of the successful bidder's proposal. (3) The term "Bidder" means any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. (4) The term "Calendar Day" means every day shown on the calendar. (5) The term "Change Order" means a written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the scope of work affected by the change. The work covered by the change order shall be within the scope of the contract. (6) The term "Contract" means the Contract executed by the Owner and the Contractor of which these GENERAL CONDITIONS form a part. (7) The term "Contract Documents" means and shall include, but not be limited to, the following: Executed Contract, Addenda (if any), Advertisement For Bids, Instructions to Bidders, Statement of Bidders Qualifications, List of Proposed Subcontractors, Proposal, Performance -Payment Bond, General Conditions, Special Conditions, Technical Specifications, and Drawings. I (8) The term "Contractor" means the person, firm, or corporation entering into the Contract with the Owner to construct and install the improvements embraced in this project. I (9) The term "Engineer" means the Owner or any other person or persons employed by said Owner to furnish engineering services in connection with the construction embraced in the Contract. (10) The term "Local Public Agency" or "Owner" means the City of Fayetteville, which is authorized to undertake this Contract. (11) The term "Plans" or "Drawings" means the official drawings or exact reproductions which show the location, character, and details of the work contemplated, and which are to be considered part of the contract, supplementary to the specifications. I (12) The term "Proposal" means the written offer of the Bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications. 1 (13) The term "Specifications" means a part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials, or testing, which are sited in the specifications by reference shall have the same force and effect as if included in the contract physically. (14) The term "Subcontractors" shall mean the individual, partnership or corporation entering into an agreement with the Contractor to perform any portion of the work covered by the Plans and Specifications. 15 The term "Sure shall mean any ) "Surety" person, firm, or corporation that has executed, as Surety, the Contractor's Performance Bond securing the performance of the Contract. Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 3 14048020 (16) The term "Technical Specifications" means that part of the Contract documents which describes, outlines and stipulates the quality of the materials to be furnished; the quality of workmanship required; and the controlling requirements to be met in carrying out the construction work to be performed under this Contract. This also includes Special Provisions. (17) The term "Work" shall mean the furnishing of all necessary labor, tools, equipment, appliances, supplies, and material other than materials furnished by the Owner as specified to complete the construction covered by the Plans and Specifications. (18) The term "Substantial Completion" shall mean the completion of the project to the extent that all component parts are suitable for their intended use and the final punch list has been completed. The Owner, at his or her sole discretion, may waive punch list items required for substantial completion. GC.2 SUPERINTENDENCE BY CONTRACTORS Except where the Contractor is an individual and gives his personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Owner and the Engineer, on the work at all times during working hours with full authority to supervise and direct the work and who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. During working hours, the Contractor's superintendent shall be equipped with a mobile phone or other communication device suitable to the Engineer for contact by the Engineer or Owner. The Owner shall have the authority to require the Contractor to remove from the work any incompetent or insubordinate superintendent. GC.3 CONTRACTOR'S EMPLOYEES The Contractor shall employ only competent skillful workers and shall at all times enforce strict discipline and good order among the employees. The Contractor shall neither permit nor suffer the introduction or use of alcoholic beverages or controlled substances upon or about the work embraced in this Contract. The Owner may require the Contractor to dismiss from the work such employee or employees as the Owner or the Engineer may deem incompetent, careless, or insubordinate. GC.4 SAFETY OF CONTRACTOR'S EMPLOYEES The Contractor shall be responsible for the safety of his employees during the progress of the work as well as the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any damage which may result from their failure or their improper construction, maintenance, or operation. GC.5 SUBCONTRACTS The Contractor is responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by the subcontractors and is aware that nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. GC.6 OTHER CONTRACTS The Owner may award, or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with such other contractors, by scheduling his own work with that to be performed under other Contracts as may be directed by the Owner. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other Contractor as scheduled. Water Main Improvements Kessler Mountain to Cato Springs Road 010800-4 14048020 • a S S • • a • GC.7 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond, in the full amount of the Contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and obligations arising from the execution of the Contract, (which bills or obligations might or will in any manner become a claim against the Owner), and guaranteeing the work included in this Contract against faulty materials and/or poor workmanship for one (1) year after the date of completion of Contract. All provisions of the bond shall be complete and in full accordance with Statutory requirements. The bond shall be executed with the proper sureties through a company licensed and qualified to operate in the state and approved by the Owner. The issuing agent's power of attorney shall be attached to the bond and the bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the Contract. If at any time during the continuance of the Contract the surety on the Contractors bond becomes irresponsible, the Owner shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the Owner within ten (10) days after notice to do so. In default thereof, the Contract may be suspended and all payments or money due the Contractor withheld. GC.B CONTRACTOR'S INSURANCE Contractor shall obtain insurance of the types and in the amountsIdescribed below. The insurance shall be written by insurance companies and on forms acceptable to Owner. Owner and Garver, LLC shall be included as an Insured under the CGL, (using ISO Additional Insured Endorsement CG 20 10 11 85 or a substitute providing equivalent coverage), and under the commercial automobile liability (using ISO Additional IInsured Endorsement CA 2048 or a substitute providing equivalent coverage), and commercial umbrella, If any. This insurance, including Insurance provided under the commercial umbrella, If any, shall apply as primary and non-contributory insurance with respect to any other insurance or self-insurance programs afforded to, or maintained by, Owner. I GC 8.1 Commercial General and Umbrella Liability Insurance Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance, with a limit of not less than $5,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to the Project. I CGL insurance shall be written on ISO occurrence form CG 20 10 (11-85) (or a substitute combination of the following forms CG 20 10 (10-01) and CG 20 37 (10-01) providing equivalent coverage) and shall cover liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury and liability assumed under an insured contract. There shall be no endorsement or modification of the CGL limiting the scope of coverage for liability arising from pollution, explosion, collapse, underground property damage, or amending the contractual coverage in the ISO occurrence form. GC 8.2 Continuing CGL Coverage Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella liability insurance, with a limit of not less than $5,000,000 each occurrence for at least 3 years following substantial completion of the Work. Continuing commercial umbrella coverage, if any, shall include liability coverage for damage to the Water Main Improvements Kessler Mountain to Cato Springs Road 010800- 5 I 14048020 insured's completed Work equivalent to that provided under ISO form CG 00 01. GC 8.3 Owner's and Contractor's Protective Liability Insurance. Contractor shall maintain Owner's and Contractor's Protective Liability (OCP) insurance on behalf of Owner and Garver, LLC, as named insured, with a limit of $1,000,000. GC 8.4 Railroad Protective Liability Insurance — Not Used GC 8.5 Commercial Auto and Umbrella Liability Insurance Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of any auto (including owned, hired and non -owned autos). Commercial auto coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00 12, CA 00 20, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage equivalent to that provided in the 1990 and later editions of CA 00 01. If the Contract Documents require Contractor to remove and haul hazardous waste from the Project site, or if the Project involves such similar environmental exposure, pollution liability coverage equivalent to that provided under the ISO Pollution Liability -Broadened Coverage for Covered Autos Endorsement (CA 99 48) shall be provided, and the Motor Carrier Act Endorsement (MCS 90) shall be attached. GC 8.6 Workers' Compensation Insurance Contractor shall maintain workers' compensation and employer's liability insurance. The employer's liability, and if necessary commercial umbrella, limits shall not be less than $500,000 each accident for bodily injury by accident or $500,000 each employee for bodily injury by disease. If Contractor leases its employees, the alternate employer endorsement (WC 00 03 01 A) shall be attached showing Owner in the schedule as the alternate employer. Where applicable, U.S. Longshore and Harborworkers Compensation Act Endorsement shall be attached to the policy. Where applicable, Nonappropriated Fund Instrumentalities Act (NFIA) shall be attached to the policy. NFIA extends the coverage of the Longshore and Harbor Workers' Compensation Act to civilian employees working on United States military bases throughout the world who are not paid with funds appropriated by Congress. These employees, working in facilities operated for the comfort, contentment, and improvement of armed forces personnel, are instead compensated with funds generated from earnings of their facility. Where applicable, Outer Continental Shelf Lands Act Endorsement shall be attached to the policy. Where applicable, the Maritime Coverage Endorsement shall be attached to the policy. If project is located in a state where workers compensation is secured via monopolistic state funds, include evidence of the "Stop Gap" endorsement to the general liability policy. GC 8.7 Property Insurance Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 6 14048020 If applicable, Contractor shall purchase and maintain property insurance for the Work. Such insurance shall be written in an amount at least equal to the initial contract sum as well as subsequent modifications of that sum. The insurance shall apply on a replacement cost basis. If the insurance obtained in compliance with this paragraph is builders risk insurance, coverage shall be written on a completed value form. The property insurance as required above shall name as insureds the Owner, Contractor, and all subcontractors and sub -subcontractors on the Project. GC 8.8 Primary and Non-contributory Contractor agrees that the insurance listed above, including insurance provided under the commercial umbrella, if any, shall apply as primary and non-contributory insurance with respect to any other insurance or self-insurance programs afforded to, or maintained by, Owner. GC 8.9 Waiver of Subrogation Contractor waives all rights against the Owner and Garver, LLC and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability, commercial umbrella liability insurance, automobile liability insurance and workers compensation insurance maintained pursuant to paragraph GC.8 of this agreement. GC 8.10 No Implied Waiver Contractor shall furnish certifications matching the coverage requirements. Failure of Owner or Engineer to demand such certificate or other evidence of full compliance with these insurance requirements or failure of Owner or Engineer to identify a deficiency from evidence that is provided shall not be construed as a waiver of the contractors obligations to furnish and maintain such insurance, or as a waiver to the enforcement of any of the provisions at a later date. I S S • Any waiver of the contractor's obligation to furnish such certificate or maintain such evidence must be by written change order and signed by a Managing Member (Officer) of the Engineer and the Owner. GC 8.11 Cancellation, Non -Renewal, and/or Impairment Notification The Contractor shall not cause any insurance policy to be cancelled or permit it to lapse and all insurance policies shall include an endorsement to the effect that the insurance policy or certificate shall not be subject to cancellation or to a reduction in the required limits of liability or amounts of insurance until notice has been mailed to the Owner and Engineer, stating the date when such cancellation or reduction shall be effective, which date shall not be less than (60) days after such notice. k Notice shall be sent via email and regular mail to the following • Owner: . Chris Brown 125 West Mountain Street • Fayetteville, AR 72703 cbrown@fayetteville-ar.gov Garver: . Chris Buntin 2049 East Joyce Blvd. Suite 400 • Fayetteville, AR 72703 - CRBuntin@GarverUSA.com • • Water Main Improvements . Kessler Mountain to Cato Springs Road 010800-7 ns and addresses: 14048020 u GC.9 SAMPLE CERTIFICATE OF LIABILITY INSURANCE ACRD' CERTIFICATE OF LIABILITY INSURANCE DATE IrrrooA'YWI (mutit be dated}' 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(SI, AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED. the pollcy(les) 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 Cooler rights to the certificate holder in lieu of such endorsenlent(s). PRODUCER Agency Name _CAE: Agency_IJontacl Agency Address PHONE c r. Agency h# Hn EaIAIL sooaa• Agency contact email NAIL t INSURER(et AFFORDa1G C_OVEAAGE wwwatephens.com _ INSURERA: Carrier Name (AM Best Rating) INSURER B INSPIRED Named Insured on the policies INSURER C; 1 INSURER D: INSURER E: INSURER F; 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. LTRI TYPE OF eISURANC$ POLICY IPJNEER I N NW P I Uer15 A LIABILITY I EACOCCURRENCE Is � 5,000,000 �ERAL t COMNERCUL GENERAL LIABILITY E CLAIMSMADE � OCCURI X X )DDODI (XXX MHHA EYI oauartie S 300,000 ME) ESP A orla .Iion) I 10.000 PERSONAL d ADS dLIURY t i 1,000,00 GENERAL AGOREGATE s '. 5 000 00 �GENL PRODl1CTa • IX7rRPAP AGG s � 5000 ,00 AT�E LIMIT RI APES P6e: AGC1if�G^I In POLICY I, N Ra Lac I f s X )000000000)0000000000CX)0000000000CXXXX e� d L LIM t 000ANYAvrolX INJURY {Pet mlaorlJ�� sBODILY NAV"TOMKWA.lLIABARYe4ti ED SCUTLED ALROS i A BOOLLYINJURYIP'.cudert) tmc OA $HIRD s i ff I f $ UMBRELLA LIA9 � £SCESS LIAB OCCUR CLAIMSLFAEE X X XXXXXXXXXXX UmbreDa 1 Exceti only if needed to meet the required underlying General Liability EACH OCCURRENCE ... --. f S -- AGGREGATE OED RETENnONSXXXXX It limit ANDANDw� MKOYE • PLLBi 11' ANY PROPMETCFUPARTNERIFJIECUTNE YIN OFRCERAeEMBER EXCLUDED? a NIA X JOOOtX DODOtX I T Rv uu TI s I Imo` I EL. EACH ACCIDENT Is f 5oDDD9 S 500,000 s 500,000 FWlndrtnryln NNl Ifyn dnmbe vgl0 DEaRIP9X3N OFGPERAnGHSaelwv I EL DISEASE. EA EMPLOYEE', EL DISEASE- PCLICY UNIT XXXXXXXXXXX DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLE$JAeseiACORD4°t,Addieaal R�atht$chad a Nmmetpeuit ngWrodI Owner & Garver, LLC shag be induded as an Additional Insured by endorsement #CG20t 0(11!85) an the GBne—Tel LiabiTdy and BCA2048 on the Aut0m and Umbrella or substitute endorsement providing equivalent coverage. Coverage shall be Primary and non-contrlbulory with respect to arty other insur or self-insurance programs afforded to the Owner and Garver LLC. Waiver of Subrogation applies in favor of the Owner and Garver LLC on an policies. 60 day notice will be provided to the Owner and Garver LLC in the event of cancellation, non -renewal and/or impairment aflhe Contractor's policies. CERTIFICATE HOLDER CANCELLATION Owner SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE and Garver LLC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ALITHONGED REPRESENTATIVE (must be signed by the C,,,,aetor'sInsurance Agerit) 6N IRVU-2910 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD 155 ES. , 5415514 5athy Johae 7/10013 10:59,41 AM Page 1 of 1 rite nce Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 8 14048020 GC. 10 CONTRACTOR'S AND SUBCONTRACTOR'S INDEMNIFICATION PROVISION i • S (1) INDEMNIFICATION: The CONTRACTOR and/or SUBCONTRACTOR shall indemnify and hold harmless the OWNER, ENGINEER, ENGINEER'S Consultantsland and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss, or damage (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, `and (ii) is caused in whole or in part by a negligent act or omission of the Contractor, any Subcontractor or Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work. (2) NO LIMITATION UPON LIABILITY: In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative or such employee) of CONTRACTOR, any Subcontractor or Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish an of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph (1) shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefits acts or other employee benefit acts. (3) ENGINEER/ARCHITECT EXCLUSION: The indemnification obligations of CONTRACTOR under paragraph (1) shall not extend to the liability of ENGINEER and ENGINEER'S Consultants, officers, directors, employees, or agents caused by the professional negligence, errors, or omissions of any of them, arising out of: the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications. GC.11 FITTING AND COORDINATION OF THE WORK The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He shall be prepared to guarantee to each of his Subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work. GC.12 KNOWLEDGE OF CONDITIONS The Contractor states that he has examined all the available records and has made a field examination of the site and right-of-way and that he has informed himself about the character, quality, and quantity of surface and subsurface materials and other conditions to be encountered;l the quantities in various sections of the work; the character of equipment and facilities needed for the prosecution of the work; the location and suitability of all construction materials; the local labor conditions; and all other matters in connection with the work and services to be performed under this contract. GC.13 MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect or through failure to comply with any applicable Government regulations by the Contractor, any other Contractor or any Subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration, if such other Contractor or Subcontractor will so settle. If such other Contractor', or Subcontractor shall assert any claim against the Owner on account of any damage alleged to have been so sustained, the Owner will notify this Contractor, who shall defend at his own expense any suit based upon such claim, and, if any judgment or claims against the Owner shall be allowed, the Contractor shall pay or satisfy such judgment or claim and pay all costs and expenses in connection therewith. Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 9 14048020 GC.14 PAYMENT TO CONTRACTOR The Engineer will prepare (with the required assistance from the Contractor) the application for partial payment. If the bid contains lump sum prices, the Contractor shall furnish to the Engineer, upon request, a detailed cost breakdown of the several items of work involved in the lump sum prices. The Engineer will use this cost breakdown to determine the amount due the Contractor as progress payment. A cut-off time shall be established near the last day of the month such as to allow sufficient time for the application to be prepared, approved by the Contractor, and submitted by the Engineer to the Owner by the first day of the successive month. The amount of the payment due to the Contractor shall be determined by the total value of work completed to date, deducting five percent (5%) for retainage (to assure faithful performance of the contract), adding the value of submitted paid invoices covering construction materials, properly stored on the site or in a bonded warehouse, and deducting the amount of all previous payments. If the project has specific phased construction work in which completion can occur on a partial occupancy, the five percent (5%) retainage value shall be in direct proportion to that phase or part of the capital improvement project. Any proportional retainage withheld in this manner shall be released within thirty (30) days of completion of that phase of the project. The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit and lump sum prices contained in the Proposal. The value of materials properly stored on the site or in a bonded warehouse shall be based upon the estimated quantities of such materials and the invoice prices. Copies of paid invoices, covering construction materials for which material payments are made, shall be furnished to the Engineer before such material payments are made. Note: It has been the policy of the Owner to make payments for properly stored materials/equipment based upon invoice price and allow the Contractor to submit >f aid invoices within 30 days (or the next partial payment period). If paid invoices are not provided within the time allowed, then the materials/equipment so paid for will be removed from the next partial payment. Monthly or partial payments made by the Owner to the Contractor are monies advanced for the purpose of assisting the Contractor to expedite the work of construction. All material and complete work covered by such monthly or partial payments shall remain the property of the Contractor, and he shall be responsible for the care and protection of all materials and work upon which payments have been made. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. GC 14.1 Withholding Payments The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if it so elects may also withhold any amounts due from the Contractor to any Subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his Subcontractors or material dealers, or to withhold any monies for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any monies from the Contractor shall not impair the obligations of any Surety or Sureties under any bond or bonds furnished under this Contract. Such withholding may also occur as a result of the Contractor's failure or refusal to prosecute the work with such diligence as will insure its completion within the time specified in these Contract Documents, or as modified as provided in these Contract Documents, or if the Contractor fails to comply with any applicable regulations promulgated by the U.S. Government or any other Government agencies. Water Main Improvements Kessler Mountain to Cato Springs Road 010800 -10 14048020 GC 14.2 Final Payment After final inspection and acceptance by the Owner of all work under the Contract, the application for final payment including retainage shall be prepared which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit and lump sum prices stipulated in the Unit Price Schedule. The total number of the final payment due the Contractor under this Contract shall be the amount computed as described above less all previous payments. All prior payments shall be subject to correction in the final payment. Final payment to the Contractor shall be made within thirty (30) days after the construction contract has been completed, subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his Contract, other than such claims, if any, as may be specifically excepted by the Contractor from the operation and the release as provided under the section entitled DISPUTES under GENERAL CONDITIONS. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all Subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project), and services to the Contractor, if the Owner deems the same necessary in order to protect its interest. The Owner, however, may, if it deems such action advisable, make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall not impair the obligations of any Surety or Sureties furnished under this Contract. Withholding of any amount due the Owner under the section entitled LIQUIDATED DAMAGES FOR DELAY under GENERAL CONDITIONS, shall be deducted from the payments due the Contractor. All equipment warranties and general guarantee shall become effective for one year upon date of final acceptance of the completed project by the Owner. GC 14.3 Payments Subject to Submission of Certificates Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him. GC.15 USE OF COMPLETED PORTIONS The Owner shall have the right to use any completed or partially completed portion of the work and such use shall not be considered as an acceptance of any work. GC.16 CHANGES IN THE WORK The Owner may make changes in the scope of the work required to be performed by the Contractor under the Contract or make additions thereto, or omit work therefrom without invalidating the Contract, and without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the Guaranty Bonds, and without relieving or releasing the Surety or Sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise. Except for the purpose of affording protection against any emergency endangering life or property, the Contractor shall make no change in the materials used or in thelspecified manner of constructing and/or installing the improvements, or supply additional labor, services or materials beyond that actually required for the execution of the Contract, unless in pursuance of a written order from the Owner authorizing the Contractor to proceed with the change. No claim for an adjustment of the Contract price will be valid unless so ordered. After the work is complete, a final change order may be prepared to be accepted by the Owner and Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 11 14048020 Contractor to adjust final payment as required to cover the actual units of work acceptably completed. If the applicable unit prices are contained in the Proposal (established as a result of either a unit price or a Supplemental Schedule of Unit Prices) the Owner may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit and lump sum prices specified in the Contract; provided that in case of a unit price Contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five (25) percent. If applicable unit prices are not contained in the Unit Price Schedule as described above or if the total net change increases or decreases the total Contract price more than twenty-five (25) percent, the Owner shall, before ordering the Contractor to proceed with a desired change, request an itemized Proposal from him covering the work involved in the change after which the procedure shall be as follows: (1) If the Proposal is acceptable the Owner will prepare the Change Order in accordance therewith for acceptance by the Contractor and (2) If the Proposal is not acceptable and prompt agreement between the two (2) parties cannot be reached, the Owner may order the Contractor to proceed with the work on a Force Account basis, under which the net cost shall be the sum of the actual costs that follow: (A) Labor, including foremen; (B) Materials entering permanently into the work; (C) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (D) Power and consumable supplies for the operation of power equipment; (E) Insurance; (F) Social Security and old age and unemployment contributions. To the net cost shall be added a fixed fee agreed upon, but not to exceed fifteen (15) percent of the net cost, to cover supervision, overhead, bond, and any other general expense, and profit. Each Change Order shall include in its final form: (1) A detailed description of the change in the work. (2) The Contractor's Proposal (if any) or a conformed copy thereof. (3) A definite statement as to the resulting change in the Contract price and/or time. (4) The statement that all work involved in the change shall be performed in accordance with Contract requirements except as modified by the Change Order. GC.17 CLAIMS FOR EXTRA COST If the Contractor claims that any work encountered related to the project involves additional cost or extension of time beyond what has been required in the contract documents, he shall immediately notify the Engineer, Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 12 14048020 and within ten (10) days after encountering such additional we proceeding to execute the work, submit his claim for additional thereto in letter format to the Owner, with a copy to the Engineer. IN made and within the 10 day timeframe. At a minimum, the following information shall be numbered as submitted claim: rk or delays, and in any event before project time or additional compensation o such claim will be considered unless so follows and must be provided with the (1) Project name (2) Claim number (3) Date encountered (4) Nature of the event (5) Location of the event (6) Cause of the event (7) Impact of the event (8) Items of work affected by the event (9) The name, title, and activity of each of the Owner's representative knowledgeable about facts that gave rise to such claim (10) The name, title, and activity of each Contractor or employee knowledgeable about facts that gave rise to such claim (11) The cost or extension of time associated with the event (12) Any additional supporting information Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour lines, or bench marks, will not be recognized unless accompanied by certified survey data made prior to the time the original ground was disturbed, clearly showing that errors exist Iwhich resulted or would result in handling more material, or performing more work, than would be reasonably estimated from the Drawings and maps issued. I Any discrepancies which may be discovered between actual conditions and those represented by the Drawings and maps shall at once be reported to the Owner, and work shall not proceed except at the Contractor's risk, until written instructions have been received by him from the Owner. The Owner will provide documentation of the decision in writing to the Contractor whether the decision be approval of the claim, denial of the claim or a request for additional information. The Owner's decision on any claim will be the final resolution to the claim. If, on the basis of the available evidence, the Owner determines Ithat an adjustment of the Contract Price and/or Time is justifiable, the procedure shall then be as provided in the Section entitled CHANGES IN THE WORK under GENERAL CONDITIONS. GC.18 OWNER'S RIGHT TO TERMINATE CONTRACT I If the Contractor shall be adjudged as bankrupt or shall file a petition for an arrangement or reorganization under the Bankruptcy Act, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except under conditions where extension of time is approved, to supply adequate workmen, equipment and material, or disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a violation of any provisions of the Contract; provided further that if the Contractor at any time fails to comply with any applicable Federal or State regulation which prevents either the Owner or the Contractor from fulfilling its obligations under these Contract Documents, then the Owner upon certification of the Engineer that sufficient cause exists to justify such action may, without prejudice to any other right or remedy, and after giving the Contractor ten (10) days' written notice, terminate the employment of the Contractor. At the expiration of the said ten (10) days, the Owner may immediately serve notice upon the Surety to complete Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 13 14048020 the work. In the case the Surety fails to comply with the notice within thirty (30) days after service of such notice, the Owner may complete the work and charge the expense of the completion, including labor, materials, tools, implements, machinery, or apparatus, to said Contractor; and the expense so charged shall be deducted and paid by the Owner out of such monies as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Contract. And in case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, then said Contractor shall be entitled to receive the difference. And in case such expense is greater than the sum which would have been payable under this Contract if the same had been completed by said Contractor, then the Contractor and his Surety shall pay the amount of such excess to the Owner, on demand from said Owner or Engineer of the amount so due. GC.19 SUSPENSION OF WORK Should contingencies arise to make such action necessary, the Owner shall have the right to suspend the whole or any part of the work for a period not to exceed sixty (60) days by giving the Contractor notice in writing three (3) days prior to the suspension. The Contractor after written notice to resume work shall begin within ten (10) days from the date of such notice. If the work or any part thereof shall be stopped by the Owner's notice and the Owner fails to notify the Contractor to resume work within sixty (60) days, the Contractor may abandon that portion of the work so suspended and the Contractor shall be paid for all work performed on the portion so suspended at unit prices quoted in the Unit Price Schedule for completed work involved, at agreed prices on any extra work involved, and at a fair and equitable price for partially completed work involved. The Engineer may suspend work pending the settlement of any controversy. The Contractor shall not be entitled to any claim for loss or damage by reason of such delay, nor shall he be entitled to any extension of time; but an extension may be granted by the Owner at his discretion. GC.20 CONTRACT TIME - DELAYS - EXTENSION OF TIME GC 20.1 Contract Time The time allowed for the completion of the work will be as specified in the contract as Fixed Completion Date or Calendar Day. It is understood and agreed by and between the Owner and the Contractor that the time of completion herein set out is a reasonable time. The Contractor shall perform fully, entirely, and in an acceptable manner, the work contracted for within the contract time stated in the Contract. The contract time shall be counted from ten days after the effective date of the "Notice to Proceed", or the date work commences, whichever occurs first. (1) FIXED COMPLETION DATE: When the contract time is specified as a fixed date, it will be the date on which all work on the project shall be substantially complete without exception. (2) CALENDAR DAY: Calendar day contract time includes delays for all holidays, weekends including Saturday and Sunday, and normal weather -related events, such as rain, snow, and freezing temperatures that may affect the progress of the construction on a per -month basis as hereinafter set out. Only weather - related delays in excess of these amounts will be considered for time extensions if requested by the Contractor. Time extensions due to weather delays will only be considered if the work was impeded by those conditions. Days Included in Contract Times for Normal Weather -Related Events and holidays are: Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 14 14048020 is (On A Monthly Basis Month Normal Weather -Related Events I Holidays January 11 I 2 February 9 r 1 March 8 I 0 April 8 I 0 May 8 I 1 June 8 I 0 Jul 7 I 1 August 7 I 0 September 7 I 1 October 7 I 1 November 7 I 3 December 8 I 2 Saturdays and holidays which may be declared in writing by the Owner for certain special or unusual circumstances will be optional to the Contractor as working days and time will not be assessed unless work is performed that requires observation. Sunday work shall not be permitted. Holidays that shall be observed are the following: New Year's Day (January 1); Dr. Martin Luther King Jr.'s Birthday (3rd Monday in January); President's Day (3rd Monday inIFebruary); Memorial Day (last Monday in May); Independence Day (July 4); Labor Day (1st Monday in September); Columbus Day (2nd Monday in October); Thanksgiving Day (4th Thursday in November); Day after Thanksgiving (Friday following Thanksgiving); Christmas Eve (December 24); and Christmas Day (December 25). If a holiday falls on a Saturday or Sunday, the observed day shall be the Friday preceding the Saturday or the Monday following the Sunday. GC 20.2 Excusable Delays The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged for any contract time due: (a) To any acts of the Government, including controls or restrictions upon requisitioning of materials, equipment, tools, or labor by reason of war, National Defense, or any other national emergency; (b) To any acts or neglect of the Owner or employees that can be proven to have delayed the project; (c) To causes not reasonably foreseeable by the parties of this Contract which are beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, acts of another Contractor in the performance of some other Contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones, and other extreme weather conditions resulting in weather delays in excess of the normal weather -related events. (d) To inaccessibility to a necessary portion of the work due to utility conflict or utility work, either of which prevents utilization of 60% normal forces and equipment to prosecute the work required for at least 60% of the normal working hours. (e) To any delay of any subcontractor occasioned by any of the causes specified in Water Main Improvements Kessler Mountain to Cato Springs Road 010800 -15 14048020 subparagraphs (a), (b), (c), and (d) of this paragraph. No compensation will be made for monetary damages due to excusable delays GC 20.3 Extension of Time Extensions of time for construction contract completion may be granted for such reasonable time as determined by the Owner for the circumstances stated below: (a) Excusable delays as previously specified; (b) If the satisfactory execution and completion of the Contract shall require work or material in greater amounts or quantities than those set forth in the Contract, then the Contract time may be increased in the same proportion as the additional work bears to the original contracted work; (c) The Owner shall have the authority to grant additional extensions of time as the Owner may deem justifiable. For clarification purposes, the below items are ineligible for time extensions: (a) Workload of the Contractor; (b) Normal precipitation amounts and soil conditions; (c) Contractor's plea that insufficient contract time to perform construction scope of work was specified; (d) The ability of vendors, suppliers, and subcontractors to provide materials and/or services within the Contractor's control; (e) All calendar days elapsing between the effective dates of any orders of the Owner or Engineer for suspension of the prosecution of the work due to the fault of the Contractor. Extensions of contract time will not be granted automatically. The Contractor shall be required to follow the below procedure to be granted a time extension and no other: (a) For weather days exceeding the monthly normal weather day events, the Contractor shall submit a report listing the date and description of the weather events on the last working day of each month to the Owner or Engineer for review. Upon approval, the extension of time for each month will be recorded on the monthly pay estimate and signatures of the Contractor, Engineer, and Owner will signify agreement. (b) For all other instances, the Contractor shall submit a time extension request in wilting to the Owner or Engineer with dates and supporting documentation as proof of extraordinary delays beyond the Contractors control that meet the required criteria. The request shall be made within ten (10) calendar days of the occurrence of the delay. (c) In event of a continuing cause of delay, only one claim is necessary. (d) If the Contractor does not provide written notice within the allotted time, no subsequent requests for review will be considered. (e) In case of disagreement between the representative of the Owner and the Contractor, as Water Main Improvements Kessler Mountain to Cato Springs Road 010800 -16 14048020 to the classification of any day, the matter shall 'be referred to the Owner whose decision shall be final. It is, therefore, agreed that if there is a delay in the completion of the work beyond the period elsewhere herein specified which has not been authorized by the Owner as set forth above, then the Owner may deduct from the Contract price the amount stated in the section entitled LIQUIDATED DAMAGES FOR DELAY under the GENERAL CONDITIONS, bound herewith, as liquidated damages. GC.21 PROGRESS SCHEDULE The Contractor shall submit a construction contract schedule of ti seven (7) calendar days prior to the preconstruction conference minimum: (1) Actual date construction is scheduled to start. (2) Planned contract completion date. (3) Beginning and completion dates for each phase of 'le bar graph (or other approved) format showing the following information as a (4) Respective dates for submission of shop drawings/material submittals and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. (5) All construction milestone dates. I (6) A separate graph showing work placement in dollars versus contract time. The schedule shall incorporate contract changes as they occur. The schedule shall be maintained in an up-to-date condition and shall be available for inspection at the construction site at all times. The construction contract schedule shall be submitted in conjunction with and/or in addition to any other specification requirements concerning schedules I GC.22 LIQUIDATED DAMAGES FOR DELAY The number of calendar days allowed for completion of the project is stipulated in the Proposal and in the Contract and shall be known as the Contract Time. The Contractor agrees that time is a critical element for this Contract. Loss will accrue to the Owner due to delayed completion of the work; and the cost to the Owner of the administration of the Contract, including engineering, inspection, and supervision, will be increased as the time occupied in the work is lengthened. The Contractor agrees that for each day of delay beyond the number of calendar days herein agreed upon for the completion of the work herein specified and contracted for (after due allowance for such extension of time as is provided for in General Conditions), the Owner may withhold, permanently, from the Contractor's total compensation, the sum of One Thousand Dollars ($1,000.00) as stipulated damages for each day of such delay. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. GC.23 DISPUTES All disputes arising under this Contract or its interpretation, whether involving law or fact or both, or extra work, and all claims for alleged breach of Contract shall within thirty (30) days of commencement of the dispute be presented by the Contractor to the Owner for decision. In the meantime, the Contractor shall proceed with the work as directed. Any dispute not presented (within the time limit specified within this paragraph shall be deemed to have been waived. Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 17 14048020 The Contractor shall submit in letter format the details of the dispute and proof thereof. Each decision by the governing body of the Owner will be in writing. If the Contractor does not agree with any decision of the Owner, he shall in no case allow the dispute to delay the work, but shall notify the Owner promptly that he is proceeding with the work under protest, and he may then except the matter in question from the final release. Substantial completion of the project will not be granted until pending disputes are resolved. As such, the Owner shall withhold final payment and retainage release until all pending disputes are resolved. GC.24 ASSIGNMENT OR NOVATION The Contractor shall not assign or transfer, whether by an assignment or novation, any of its rights, duties, benefits, obligations, liabilities, or responsibilities under this Contract without the written consent of the Owner; provided, however, that assignments to banks, trust companies, or other financial institutions may be made without the consent of the Owner. No assignment or novation of this Contract shall be valid unless the assignment or novation expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is subject to a prior lien for labor performed, services rendered, and materials, tools, and equipment, supplied for the performance of the work under this Contract in favor of all persons, firms, or corporations rendering such labor or services or supplying such materials, tools, or equipment. GC.25 TECHNICAL SPECIFICATIONS AND DRAWINGS Three (3) sets of Plans and Specifications shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at the approximate cost of reproduction upon request. The Contractor shall keep one (1) copy of all Drawings and Contract Documents in good condition readily accessible at the site of the work available to the Engineer and his authorized representatives. The Drawings and this Specification are to be considered cooperative. All work necessary for the completion of the facility shown on the Drawings, but not described in this Specification, or described in this Specification but not shown on the Drawings, OR REASONABLY IMPLIED BY EITHER OR BOTH, shall be executed in the best manner, the same as if fully shown and specified. When no figures or memoranda are given, the Drawings shall be accurately followed, but in all cases of discrepancy in figures or details, the decision of the Engineer shall be obtained before proceeding with the Work. If the Contractor adjusts any such discrepancy without first having obtained the approval of the Engineer, it shall be at his own risk, and he shall bear any extra expense resulting therefrom. GC.26 RECORD DRAWINGS Before any work is started, the Contractor shall obtain at his own expense one set of Plans to be used for Record Drawings. The Engineer will supply the Plans at printing cost to the Contractor. Record Drawings will be kept on full-size plan sheets; no half-size sheets will be permitted. The Record Drawings shall be stored and maintained in good condition at all times by the Contractor and shall be made available to the Engineer at the work site immediately at the Engineer's request. All writing, notes, comments, dimensions, etc. shall be legible. The Record Drawings shall be stored flat and shall not be rolled. The Record Drawings shall be submitted to the Engineer before the project can be accepted. The Contractor shall accurately identify and document the locations of all underground and/or concealed work that he has performed and/or has been affected by his work. This shall include all equipment, conduits, pipe lines, valves, fittings and other appurtenances and underground structures that are part of the Contractor's work and their proximity to existing underground structures and utilities to the extent known. The Contractor will certify accuracy of the Record Drawings by endorsement. The Contractor's work shall be documented on the Record Drawings in an on -going manner. Distances, Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 18 14048020 offsets, depths, etc. shall be accurately measured from permanent fixed objects so that the Owner can expose any item of the work in the future with a minimum of effort. All such measurements shall be made before the items of work are covered or backfilled. The Contractor shall be required to expose and recover/backfill the work at his own expense if, in the Engineer's opinion, the measurements need to be verified. GC.27 SHOP DRAWINGS Shop Drawings shall be required for all equipment, materials, and as required by the Engineer. All Shop Drawings, Machinery Details, Layout Drawings, etc., shall be submitted to the Engineer for review (unless otherwise specified) in one of the two following manners: six (6) hardcopies or a single electronic copy in PDF format. This shall be completed sufficiently in advance of requirements to afford ample time for checking, including time for correcting, resubmitting, and rechecking if necessary. The Contractor may proceed, only at his own risk, with manufacture or installation of any equipment or work covered by said Shop Drawings, etc. until they are reviewed, and approved; and no claim, by the Contractor, for extension of the Contract time will be granted by reason of his failure in this respect_ Any Drawings submitted without the Contractors stamp of approval will not be considered and will be returned to him for proper resubmission. If any Drawings show] variations from the requirements of the Contract because of standard shop practice or other reason, the Contractor shall make specific mention of such variation in his letter of transmittal in order that, if acceptable, suitable action may be taken for proper adjustment of Contract price and/or time; otherwise, the Contractor,will not be relieved of the responsibility for executing the work in accordance with the Contract even.though the Drawings have been reviewed. The review of Shop Drawings by the Engineer shall be considered an accommodation to the Contractor to assist him in the execution of the Contract. The Engineer's review of such Drawings shall not relieve the Contractor of his responsibility to perform the work in strict accordance with the Plans and Specifications, and approved changes. If the Shop Drawing is in accordance with the Contract or involves only a minor adjustment in the interest of the Owner not involving a change in Contract price or time, the Engineer shall so stamp the Drawing and shall contain in substance the following: "Corrections or comments made on the shop drawings during this review do not relieve Contractor from compliance with requirements of the contract documents. This check is only for review of general conformance with the design concept of the project and general compliance with the requirements of the contract documents. The Contractor is responsible for the quality of work, confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; coordinating the work of all trades and subcontractors; and performing the work in a safe and satisfactory manner'. GC.28 SUBMITTALS The Contractor shall prepare and submit information required by the individual Specification sections sufficiently in advance of the related work to allow an appropriate review time by the Engineer. The types of submittals are indicated in the individual Specification sections. During the preconstruction conference, the Contractor shall review his submittal schedule and procedures, including notifying the Engineer whether electronic submittals orl paper submittals will be provided for all submittal packages in the project. Mixing of package types will not be allowed. The Contractor shall provide one of the following submittal package types: 1 1. Submit electronic submittals via email as PDF electronic files directly to the Engineers designated representative, or post these PDF electronic files directly to the Engineers FTP site Water Main Improvements Kessler Mountain to Cato Springs Road 010800- 19 14048020 specifically established for this project. Electronic submittals shall be in Adobe Acrobat (*.PDF) format and shall be legible when printed. 2. Submit six (6) paper submittal copies via mail or other courier service to the Engineer's designated representative. Submittals shall be neat, organized, and easy to interpret. Assemble complete submittal package into a single indexed electronic file or hard cover bound book, incorporating submittal requirements of an individual Specification section, the transmittal form with unique submittal numbering system, and electronic links or tabs enabling navigation to each item. Unless approved otherwise by the Engineer, all submittals for the individual Specification section shall be submitted at one time. Submittals must come directly from the Prime Contractor; submittals from subcontractors or suppliers will not be reviewed. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. Faxed submittals or submittals with extremely small or otherwise unreadable print will not be accepted. Submittals not required by the Contract Documents will be returned by the Engineer without action. The Contractor shall retain complete copies of submittals on project site. Use only final submittals that are marked with approval notation from Engineer's submittal review stamp with comments form. Resubmittals shall continue the unique, sequential, submittal numbering system. Resubmittals without unique numbering, example resubmittals transmitted as 005A or 005REV, are unacceptable and will be returned un-reviewed. The Engineer's costs related to the third and subsequent reviews of complete or partial submittals/shop drawings, required due to previously incomplete or unacceptable submittals/shop drawings, will be withheld by the Owner from payments due the Contractor. GC.29 REQUESTS FOR SUPPLEMENTARY INFORMATION It shall be the responsibility of the Contractor to make timely requests of the Owner for any additional information not already in his possession which should be furnished by the Owner under the terms of this Contract, and which he will require in the planning and execution of the work. Such requests may be submitted from time to time as the need is approached, but each shall be filed in ample time to permit appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing, and shall list the various items and the latest date by which each will be required by the Contractor. The first list shall be submitted within two (2) weeks after the Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish promptly any assistance and information the Engineer may require in responding to these requests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply fully with the provisions of this Section. Failure of the Owner to provide any additional information shall not be considered ground for increase in charges above those contained in the Proposal. GC.30 REFERENCE TO MANUFACTURER OR TRADE NAME - "OR EQUAL CLAUSE" If the Plans, Specifications, or Contract Documents, laws, ordinances or applicable rules and regulations permit the Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if the Contractor wishes to furnish or use a proposed substitute, he shall make written application to the Engineer for approval of such a substitute certifying in writing that the proposed substitute will perform adequately the functions called for in the general design, be similar and of equal substance to that specked, be suited to the same use and capable of performing the same functions as that specified, and identifying all Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 20 14048020 variations of the proposed substitute from specified and indicating available maintenance service; the use of such substitute will not require revisions of related work. No substitute shall be ordered or installed without the written approval of the Engineer who will be the judge of equality and may require the Contractor to furnish such other data regarding the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as the Owner may require which shall be furnished at Contractor's expense. Where such substitutions alter the design or space requirements indicated on the Contract Drawings, detailed drawings shall be prepared and submitted by the Contractor delineating any changes in, or additions to, the work shown on the Contract Drawings, and such drawings and changes or additions to the work shall be made by the Contractor at no additional expense to the Owner. I In all cases, the burden of proof that the material or equipment offered for substitution is equal in construction, efficiency, and service to that named on the Contract Drawings and in these Contract Documents shall rest on the Contractor, and unless the proof is satisfactory to the Engineer, the substitution will not be approved. GC.31 SAMPLES, CERTIFICATES, AND TESTS The Contractor shall submit all material, product, or equipment samples, descriptions, certificates, affidavits, etc., as called for in the Contract Documents or required by the Engineer, promptly after award of the Contract and acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered to the site, except at the Contractor's own risk, until the required samples or certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates for approval shall not be considered just cause for an extension of the Contract time. Submit four (4) copies of data for Engineer's review. Each sample submitted by the Contractor shall carry a label giving the name of the Contractor, the project for which it is intended, and the name of the producer. The accompanying certificate or letter from the Contractor shall state that the sample complies with Contract requirements, shall give the name and brand of the product, its place of origin, the name and address of the producer, and all specifications or other detailed information which will assist the Engineer in passing upon the acceptability of the sample promptly. It shall also include the statement that all materials or equipment furnished for use in the project will comply with the samples and/or certified statements. Approval of any materials shall be general only and shall not constitute a waiver of the Owner's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he deems necessary in each instance and 'may reject materials and equipment and accessories for cause, even though such materials and articles' have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the Engineer will have the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equitable, at the Contractor's expense. Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows: I (1) The Contractor shall furnish without extra cost, including packing and delivery charges, all samples required for testing purposes, except those samples taken on the project by the Engineer; (2) The Contractor shall assume all costs of re -testing I materials which fail to meet Contract requirements; (3) The Contractor shall assume all costs of testing deficient; and (4) The Owner will pay all other expenses. Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 21 offered in substitution for those found 14048020 GC.32 TEST BORINGS/SUBSURFACE INFORMATION Soil characteristics provided in any geotechnical reports, or as shown or referenced in the construction contract documents are not a warranty of subsurface conditions. Subsurface conditions may vary significantly from the data available. Any errors or omissions that may be contained in the available geotechnical data, or variations found at other locations, are not the responsibility of the Owner, Engineer, or Engineer's consultants, and no claim may be made against them for such. Any reliance on the data is at Contractor's sole risk. The Contractor may not rely upon or make any claim against Owner, Engineer, or Engineer's Consultants with respect to (1) the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by the Contractor and safety precautions and programs incident thereto, (2) other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, (3) any Contractor interpretation or other conclusion drawn from any data, interpretations, opinions, or information. Any subsurface information, whether referenced in the plans, specifications, or otherwise made available to Contractor, was obtained and intended for the Owner's design and estimating purposes only and is not part of the Construction Contract Documents. The Contractor may perform his own geotechnical investigation, as approved by the Owner. GC.33 PERMITS AND CODES The Contractor shall give all notices required by and comply with all applicable laws, ordinances, and codes of the local governments. All construction work and/or utility installations shall comply with all applicable ordinances, and codes including all written waivers. Should the Contractor fail to observe the foregoing provisions and proceed with the construction and/or install any utility at variance with any applicable ordinance or code, including any written waivers, the Contractor shall remove such work without cost to the Owner. Any permits required will be the Contractor's responsibility, and permit fees for the City of Fayetteville will be waived (permits are still required). The Contractor shall at his own expense, secure and pay to the appropriate department of the local government the fees or charges for all permits for street pavements, sidewalks, sheds, removal of abandoned water taps, sealing of house connection drains, pavement cuts, building, electrical, plumbing, water, gas, and sewer permits required by the local regulatory body or any of its agencies. The Contractor shall comply with applicable local laws and ordinances governing the disposal of surplus excavation, materials, debris, and rubbish on or off the site of the work, and commit no trespass on any public or private property in any operation due to or connected with the Improvements embraced in this Contract. GC.34 RIGHTS -OF -WAY The Owner will secure easements across public or private property permanently required for the work at no cost to the Contractor. The Contractor shall lease, buy, or otherwise make satisfactory provision, without obligating the Owner in any manner, for any land required outside the land provided by the Owner. The Owner will secure State Highway and Railroad Crossing Permits. All other permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. GC.35 CARE OF WORK Water Main Improvements Kessler Mountain to Cato Springs Road 010800 -22 14048020 S The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any injury, including death, to any person, and for any damage to property which may result from their failure, or from their improper construction, maintenance, or operation. He shall indemnify and save harmless the Owner and the Engineer and their employees and agents, against any judgment with . costs, which may be obtained as a result of such injury or property damage, because of the alleged liability of the Owner or of the Engineer. The Contractor shall be responsible for the proper care and protection of ail materials delivered and work performed until completion and final acceptance, whether or not the same has been covered in whole or in part by payments made by the Owner. The Contractor shall provide sufficient competent watchmen, as required to protect the work both day and night, including Saturdays, Sundays, and holidays, from the time the work is commenced until final completion and acceptance. In an emergency affecting the safety of life or property, including adjoining property, the Contractor, without special instructions or authorization from the Owner, is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act. He shall likewise actlif instructed to do so by the Owner. Any compensation claimed by the Contractor on account of such emergency work will be determined by the Owner as provided in the Section entitled CHANGES IN THE WORK under GENERAL CONDITIONS. The Contractor shall avoid damage, as a result of his operations, to existing sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or removed), adjoining property, etc., and he shall at his own expense completely repair any damage thereto caused by his operations, to the satisfaction of the Owner. I The Contractor shall shore up, brace, underpin, secure, and protect as may be necessary, all foundations and other parts of existing structures adjacent to, adjoining, and in the vicinity of the site, which may be in any way affected by the excavations or other operations connected with the construction of the Improvements embraced in this Contract. The Contractor shall be responsible for 'the giving of any and all required notices to any adjoining or adjacent property owner or other party beforelthe commencement of any work. The Contractor shall indemnify and save harmless the Owner, and the Engineer, from any damages on account of settlements or the loss of lateral support of adjoining property and from all loss or expense and all damages for which it may be claimed that the Owner, or the Engineer, is liable in consequence of such injury or damage to adjoining and adjacent structures and their premises. I GC.36 QUALITY OF WORK AND PROPERTY All property, materials, and equipment shall be new and free of defects upon completion of the Contractor's performance and, unless different standards are specified elsewhere in the Contract Documents, shall be of the best type and quality available for the purpose. All of the Contractor's work shall be performed with the highest degree of skill and completed free of defects and in accordance with the Contract Documents. Any work, property, materials, or equipment not in conformance witli these standards shall be considered defective. If any work, property, materials or equipment is discovered to have been defective or not in conformance with the Contract Documents, whether said discovery is made before or after completion of performance, the Contractor, at his expense, after written notice from the Owner or Engineer, shall promptly replace or correct the deficiency and pay any engineering costs and consequential expense or damage incurred by the Owner in connection therewith. If the Contractor fail's to promptly correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor's cost. If the Contractor is required to furnish shop drawings or designs, the above provisions shall apply to; such drawings or designs. Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 23 14048020 Neither the Owner's payment, acceptance, inspection or use of the work, property, materials, or equipment, nor any other provision of the Contract Documents shall constitute acceptance of work, property, materials, or equipment which are defective or not in accordance with the Contract Documents. If the Contractor breaches any provision of the Contract Documents with respect to the quality of the work, property, materials, equipment or performance, whether initial or corrective, his liability to the Owner shall continue until the statute of limitations with respect to such breach of contract has expired following discovery of the defect. All parts of this section are cumulative to any other provisions of the Contract Documents and not in derogation thereof. If it is customary for a warranty to be issued for any of the property to be furnished hereunder, such warranty shall be furnished, but no limitations in any such warranty shall reduce the obligations imposed under the Contractor in the Contract Documents or by applicable State Law; but if any greater obligations than imposed in this Contract are specified in any such warranty or by applicable State Law, those greater obligations shall be deemed a part of this Contract and enforceable by the Owner. GC.37 BARRICADES, LIGHTS, AND WATCHMEN Where the work is carried on or adjacent to any street, alley or public place, the Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights and danger signals, shall provide such watchmen, and shall provide such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one light at each barricade and sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in sufficient numbers to protect the work. The Contractor will be held responsible for all damage to the work due to failure to barricades, signs, lights, and watchmen to protect it, and whenever evidence is found of such damage the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor's responsibility for the maintenance of barricades, signs and lights, and for providing watchmen, shall not cease until the project shall have been accepted by the Owner. GC.38 FENCES AND DRAINAGE CHANNELS Boundary fences or other improvements removed to permit the installation of the work shall be replaced in the same location and left in a condition as good as or better than that in which they were found except as indicated on the Drawings. Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed. GC.39 WATER FOR CONSTRUCTION Water used for the mixing of concrete, testing, or any other purpose incidental to this project, shall be furnished by the Contractor. The Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in a manner and at such times that will not produce a harmful drain or decrease of pressure in the Owners' water system. No separate payment will be made for water used but the cost thereof shall be included in the work items represented in the Unit Price Schedule. GC.40 MATERIAL STORAGE Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience and in a manner satisfactory to the Engineer. GC.41 EXISTING UTILITIES AND SERVICE LINES Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 24 14048020 The Contractor shall be responsible for the protection of all existing utilities or improvements crossed by or adjacent to his construction operations. Where existing utilities or service lines are cut, broken, or damaged, the Contractor shall replace or repair immediately the utilities or service lines with the same type of original material and construction or better, at his own expense. I GC.42 TESTING AND INSPECTION Quality assurance testing and inspection of all materials used in the work shall be done by an approved commercial laboratory employed and paid for directly by the Contractor, unless otherwise specified in the Technical Specifications and other contract documents. The Contractor shall furnish, at his own expense, all necessary specimens for testing of the materials, as required by the; Engineer. GC.43 ACCIDENT PREVENTION The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes, including applicable parts of the State's labor safety code, shall be observed. The Contractor shall take or cause to be taken such safety and health measures, additional to those herein, required, as he may deem necessary or desirable. Machinery, equipment, and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws. The Contractor shall maintain an accurate record of all cases of, death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The Contractor shall promptly furnish the Owner with reports concerning these matters. The Contractor shall indemnify and save harmless the Owner, land the Engineer, from any claims for damages resulting from personal injury andfor death suffered or alleged to have been suffered by any person as a result of any work conducted under this Contract. I GC.44 TRENCH AND EXCAVATION SAFETY SYSTEMS This section covers trench and excavation safety system required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P. The Contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet. The Contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b) (2) for the purpose of locating utilities and underground installations. Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities, or other installation, the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility. The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the Owner of the structure or utility and the Project Owner. The work required by this item will be paid for at the price bid for "Trench and Excavation Safety Systems". Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 25 14048020 After award of the contract, the Contractor shall submit to the Engineer a breakdown of cost for work involved in the price bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment request, submit a certification by the Contractors "competent person" as defined in Subpart "P" 1926.650(b) that the Contractor has complied with the provisions of "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System", 29 CFR 1926 Subpart P for work for which payment is requested. GC.45 UNDERGROUND FACILITIES All work in this contract shall be in accordance with applicable state Underground Facilities Damage Prevention Acts, or similar state requirements which protect underground facilities. The Contractor shall abide by the most current edition of these requirements. Underground utilities may exist within and adjacent to the limits of construction. An attempt has been made to locate these utilities on the plans. However, all existing utilities may not be shown, and the actual locations of the utilities may vary from the locations shown. Prior to beginning any type of excavation, the Contractor shall contact the utilities involved and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the utility location markings until they are no longer necessary. GC.46 SANITARY FACILITIES 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. GC.47 USE OF PREMISES The Contractor shall confine his equipment, storage of materials, and construction operations to the Rights - of -Way to accommodate the permanent construction furnished by the Owner, or as may be directed otherwise by the Owner, and shall not unreasonably encumber the site of other public Rights -of -Way with his materials and construction equipment. In case such Rights -of -Way furnished by the Owner are not sufficient to accommodate the Contractor's operations, he shall arrange with the County, or with the owner or owners of private property for additional area or areas, and without involving the Owner in any manner whatsoever. The Contractor shall comply with all reasonable instructions of the Owner and the ordinances and codes of the State and County (including but not limited to those) regarding signs, advertising, traffic, fires, explosives, danger signals, and barricades. GC.48 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this Contract. GC.49 LIGHT AND POWER The Contractor shall provide, at his own expense, temporary lighting and facilities required for the proper prosecution and inspection of the work. At the time the Owner obtains beneficial occupancy of any of the facilities placed in satisfactory service, charges for power and light for regular operation of those involved facilities will become the responsibility of the Owner. Water Main Improvements Kessler Mountain to Cato Springs Road 010800- 26 14048020 GC.50 USED MATERIALS No material which has been used by the Contractor for any temporary purpose may be incorporated in the permanent work without written consent of the Engineer. I GC.51 REMOVAL OF DEBRIS, CLEANING, ETC. The Contractor shall periodically or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the project site and public Rights -of -Way reasonably clear. Upon completion of the work, he shall remove all temporary construction facilities, debris, and unused materials provided for the work, thoroughly clean all drainage pipes, structures, ditches, and other features, and put the whole site of the work and public Rights -of -Way in a neat and "broom" clean condition. Trash burning on the site of the work will be subject to prior approval of the Owner and existing State and local regulations. GC.52 EXISTING STRUCTURES The Plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. f The Contractor shall be responsible for protection of all existing structures and any damage caused by his operations shall be repaired immediately without cost to the Owner. It shall be the responsibility of the prospective Contractor to examine the site completely before submitting his bid. GC.53 RETURN OF OWNER'S MATERIALS, EQUIPMENTI OR PROPERTY Any materials, equipment or other property which belongs to the Owner, removed by the Contractor, shall be delivered to the Owner's designated warehouse unless its re -use/ or disposal is specified in the Plans and Specifications. If the Contractor fails to deliver the materials, equipment, or other property, the value, as determined by the Engineer, shall be deducted from amounts due the Contractor. GC.54 PAY ITEM DESCRIPTION Of necessity the items described and shown as components are discussed in a general manner only, describing the major pieces of equipment and/or materials. Any item and/or appurtenance not specifically mentioned shall be considered a portion of the bid item to which, in the opinion of the Engineer, its function is most directly related. Failure to list all items and/or appurtenances does not relieve the Contractor from furnishing all apparatus, devices, labor or materials of whatever nature required for a complete installation in accordance with the intent of the Drawings, approved Shop Drawings and these Specifications. The successful Contractor shall, as soon as possible after award of the Contract, submit a list itemizing the components of each lump sum bid item and their respective costs to be used as an aid in the preparation of partial payments. GC.55 SPARE PARTS After approval of the Shop Drawings, the Contractor shall furnish 'spare parts data for each different item of equipment, valves, instrumentation, etc., for which normal operation requires replacement parts for Water Main Improvements Kessler Mountain to Cato Springs Road 010800 -27 14048020 dependable service. The data shall include a complete list of parts and supplies, with source of supply, list of parts and supplies that are either normally furnished at no extra cost with the purchase of the equipment or specified hereinafter to be furnished as part of the contract and a list of additional items recommended by the manufacturer to assure efficient operation. The foregoing shall not relieve the Contractor of any responsibilities under the guaranty specified. GC.56 OBSERVATION OF WORK The Engineer, his authorized representative, and any Federal, State, County, or local authority representative having jurisdiction over any part of the work, or area through which the work is located, shall at all times have access to the work in progress. The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work performed shall at all times be subject to the observation of the Engineer or his authorized representative to ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper observation and examination of the work and all parts thereof. The Engineer is not responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs incident thereto. Observers may be appointed by the Engineer or Owner. Observers shall have no authority to permit any deviation from the Plans and Specifications except on written order from the Engineer and the Contractor will be liable for any deviation except on such written order. Observers shall have authority, subject to the final decision of the Engineer, to condemn and reject any defective work and to suspend the work when it is not being performed properly. The observer shall in no case act as superintendent or foreman or perform other duties for the Contractor, nor interfere with the management of the work by the latter. Any advice which the observer may give the Contractor shall in no way be construed as binding to the Engineer in any way or releasing the Contractor from fulfilling all of the terms of the Contract. Any defective work may be rejected by the Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment and payment therefore made by the Owner. The Contractor shall notify the Engineer sufficiently in advance of backfilling or concealing any facilities to permit proper observation. If the facilities are concealed without approval or consent of the Engineer, the Contractor shall uncover for observation and recover such facilities all at his own expense, when so requested by the Engineer. Should it be considered necessary or advisable by the Engineer at any time before final acceptance of the entire work to make an examination of work already completed, by uncovering the same, the Contractor shall on request promptly furnish all necessary facilities, labor, and material. If such work is found to be defective in any important or essential respect, due to fault of the Contractor or his Subcontractors, he shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the actual cost of labor and material necessarily involved in the examination and replacement, plus fifteen (15) percent of such costs to cover superintendence, general expenses and profit, shall be allowed the Contractor and he shall, in addition, if completion of the work of the entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. Observation of materials and appurtenances to be incorporated in the improvements embraced in this Contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 28 14048020 and such observation and acceptance, unless otherwise stated in the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the observation of materials as a whole or in part will be made at the project site. All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract, or perform work as provided herein. GC.57 REVIEW BY OWNER The Owner, its authorized representatives and agents, shall at all times during work hours have access to and be permitted to observe and review all work, materials, equipment, payrolls, and personnel records pertaining to this Contract, provided, however, that all instructions and approval with respect to the work will be given to the Contractor only by the City through its authorized representatives or agents. Representatives of Federal, State, and City agencies also have the right of physical inspection of the work during work hours. GC.58 PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this Contract or in any part thereof. No officer, employee, architect, attorney, engineeror inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any executive, supervisory, or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this Contract or in any part thereof. I [ei!4 t.►cIalU[s1'. When the Improvements embraced in this Contract are substantially completed, the Contractor shall notify the Owner in writing that the work will be ready for final inspection an a definite date which shall be stated in the notice. The notice will be given at least ten (10) days prior to the date stated for final inspection, and bear the signed concurrence of the representative of the Owner having charge of observation. If the Owner determines that the status of the Improvements is as represented J it will make the arrangements necessary to have final inspection commenced on the date stated in the notice, or as soon thereafter as practicable. The inspection party will also include the representatives of Owner and any other involved government agencies when such improvements are later to be accepted by the Owner and/or other government agencies. GC.60 PATENTS The Contractor shall hold and save harmless the Owner, its officers, employees, and the Engineer, from liability of any nature or kind, including costs and expenses, for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Contract, including its use by the Owner, unless otherwise specifically stipulated in the Technical Specifications. GC.61 WARRANTY OF TITLE No material, supplies, or equipment for the work shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all t improvements and appurtenances constructed or placed thereon by him to the Owner free from any claims, Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 29 I 14048020 liens, or charges. Neither the Contractor nor any person, firm or corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Owner. The provisions of this paragraph shall be inserted in all subcontracts and material Contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal Contract is entered into for such materials. GC.62 GENERAL GUARANTY Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the Improvements embraced in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of twelve (12) months from the agreed upon day of final acceptance of the work. The Owner will give notice of defective materials and work with reasonable promptness. GC.63 RELEASE AND CONTRACTOR'S AFFIDAVIT At the project's completion, the Contractor shall execute the attached Release and Lien Waiver to release all claims against the Owner arising under and by virtue of his Contract. The date of the Release shall be that agreed to for the final acceptance of the project with the Owner. Water Main Improvements Kessler Mountain to Cato Springs Road 010800 - 30 14048020 010900 - SPECIAL TABLE OF CONTENTS ARTICLE TITLE SC.1 GENERAL SC.2 LOCATION OF PROJECT SC.3 SCOPE OF WORK SC.4 TIME ALLOTTED FOR COMPLETION SC.5 ADDITIONAL INSURANCE — Not Used SC.6 MINIMUM WAGES SC.7 REFERENCE SPECIFICATIONS SC.8 SALES TAX SC.9 USE OF EXPLOSIVES SC.10 LINES AND GRADES SC.11 SEQUENCE OF CONSTRUCTION SC.12 TEMPORARY FIELD OFFICE — Not Used Water Main Improvements Kessler Mountain to Cato Springs Road 010900- 1 14048020 S SC.1 GENERAL • The provisions of this section of the Specifications shall govern in the event of any conflict between them and "General the Conditions". SC.2 LOCATION OF PROJECT This project is located is southwest Fayetteville. A map showing the general location is included in the Plans. SC.3 SCOPE OF WORK The project includes, but is not limited to approximately 2,400 linear feet of 18" ductile iron (class 350) water main and related water main facilities from the Kessler Mountain water storage tanks to the Fayetteville Regional Park as shown on the plans and indicated in the specifications. For informational and coordination purposes, the 18" water line through the Regional Park to Cato Springs Road will be installed by the City of Fayetteville with the transition location shown further on the plans. SC.4 TIME ALLOTTED FOR COMPLETION The time allotted for completion of the work shall be seventy five (75) consecutive calendar days, which time shall begin within ten (10) days of the work order or notice to proceed, or upon the date the Contractor moves on the site to begin the work, whichever is the earliest date. After award of the Contract is made and the Contract Documents are completed, the Engineer shall issue a Work Order or Notice to Proceed, notifying the Contractor to proceed with the construction of the project, subject to the provisions of this paragraph. SC.5 ADDITIONAL INSURANCE — Not Used SC.6 MINIMUM WAGES The Contractor shall comply with the provisions of the Federal and State's prevailing wage laws, and the administrative regulations promulgated thereunder, as they apply under this Contract. It shall be the responsibility of each Bidder to determine the consequences of the applicable provisions of the Federal and State's prevailing wage laws, and include in his bid any costs made necessary because of them. No additional payment will be made, and no extension of Contract time will be allowed because of the provisions of the laws. The Contractor shall comply with all applicable provisions of the Federal and State's prevailing wage laws, including the following: (1) Pay wage rates not less than the prevailing hourly wage for each craft or type of workman needed to execute the Contract, as determined by the Department of Labor, such determination covering rates for regular hours, and rates for holidays and overtime work. (2) Post on the site of the work, in a conspicuous and accessible place, a copy of the prevailing wage rates as determined. (3) Keep an accurate record of workman employed by him, and by each subcontractor, if any, including the wage payments made. Such record, or records, shall be available for inspection by the Federal, the State, and the Owner's representatives, during reasonable hours. (4) The Contractor's bond shall guarantee the payment of wages as herein specified. Water Main Improvements Kessler Mountain to Cato Springs Road 010900 - 2 14048020 • S • Wage rates, as established by the State and Federal entities, are Contract. minimum for wage payments under this There is no assurance on the part of City of Fayetteville that mechanics and laborers can be obtained for the rates herein bound. Each Bidder shall determine for himself the availability of laborers and mechanics, and the rates he must pay to obtain employees. Such rates of pay mayF be greater than, but cannot be less than, the Arkansas Department of Labor wage rate determination bound herein SC.7 REFERENCE SPECIFICATIONS Where reference is made in these Specifications to specifications compiled by other agencies, organizations or departments, such reference is made for expediency and standardization, and such specifications (latest edition thereof) referred to are hereby made a part of these Specifications. More specifically, if any items or materials required for completion of the work required for this project are not specified in these Contract Documents, such items or materials and requirements for installation shall conform to the standards or preferences of AHTD. I SC.8 SALES TAX The project not tax exempt for the purchase of materials permanently incorporated into the project, except for concrete forms or other tools. SC.9 USE OF EXPLOSIVES The use of explosives will not be permitted unless authorized in writing by the Owner and Engineer. SC.10 LINES AND GRADES The Contractor will be furnished horizontal and vertical control points and benchmarks to control the work. The Contractor shall be responsible for the additional instrument control necessary to lay out and construct the improvements. SC.1 1 SEQUENCE OF CONSTRUCTION Sequence of all phases of work shall be such as to provide Owner. Before any of the facilities are taken out of service to accomplish shall demonstrate to the Owner and Engineer's satisfaction that complete that particular item of work are on hand. As much accomplished prior to taking any facility out of service. SC.12 TEMPORARY FIELD OFFICE — Not Used SC.13 MAINTENANCE BOND Prior to final payment, contractor shall submit Maintenance accordance with Section 1000, 1.04 of the City of Fayetteville and Construction of Water Lines and Sewer Lines. the least possible inconvenience to the he various items of work, the Contractor all equipment and materials required to ireliminary work as is possible shall be Bond, enclosed document 010740, in '012 Standard Specifications for Design Water Main Improvements Kessler Mountain to Cato Springs Road 010900 - 3 14048020 MIKE BEEBE GOVERNOR 1O421 WEST MAP Phone: 501-682-4536 Chris Buntin Garver Engineers L.L.C. 2049 E Joyce Blvd, Suite 400 Fayetteville, AR 72703 I•Dear Mr. Buntin: STATE OF ARKANSAS RICKY BELK L K I ARKANSAS DEPARTMENT DIRECTOR OF LABOR PREVAILING WAGE DIVISION ;KHAM • LITTLE ROCK, AR 72205-2190 Fax: 501-682-4508 TRS: 800-285-1131 November 12, 2014 Re: WATER MAIN IMPROVEMENTS KESSIER MOUNTAIN TO CATO SPRINGS ROAD FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 14-281 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. 1 If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. § 22-9-309 Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. • office. 0 r When you issue the Notice to Proceed for this project please send a copy of the notice to my I If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508. Sincerely, Lorna K. Smith Prevailing Wage Division . Enclosures e • i ! Water Main Improvements Kessler 010920-1 I 14048020 Arkansas Department of Labor Prevailing Wage Determination Date: 11/12/2014 Determination #: 14-281 Expires: 5/12/2015 Project: Water Main Improvements Site: Kessler Mountain to Cato Springs Road City: Fayetteville, Arkansas Project County: Washington Survey#: 714-AH05 COUNTY(S) Group Washington 5 CLASSIFICATION Basic Hourly Rate Fringe Benefits Bricklayer/Pointer, Cleaner, Caulker, Stone Mason $11.45 $1.92 Carpenter $16.80 $1.95 Concrete Finisher/Cement Mason $15.20 $0.45 Electrician/Alarm Installer $21.30 $7.81 Ironworker (Including Reinforcing Work) $16.30 laborer $12.20 $0.60 Pipelayer $11.80 $2.61 Asphalt Paving Machine $11.45 $1.92 Backhoe - Rubber Tired (1 yard or less) $15.75 $1.05 Crane, Derrick, Dragline, Shovel & Backhoe, 1.5 yards or less $14.90 Crane, Derrick, Dragline, Shovel & Backhoe, over 1.5 yards $14.90 Distributor $11.45 $1.92 End Dump (Dump Truck) $13.85 Front End Loader, finish $13.70 Front End Loader, rough $14.35 $0.59 Mechanic $14.70 Roller $11.45 $1.92 Scraper $11.45 $1.92 Motor Patrol $11.45 $1.92 Bulldozer $14.60 Excavator/Trackhoe $14.85 $4.40 Truck Driver (Excludes Dump Truck) $12.85 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified 7/1/2014 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501) 682-4536 for a request form. 11/12/2014 2:05 PM Water Main Improvements Kessler 010920-2 Page 1 of 1 14048020 Li 0 O z 0. (1) 0 a UJa U >i-Z� c0czIz Z J Z Qi�� uJz uJ H a'aa 3�c�3 `-j W O oe a 01 im 0 01 O H '- I a > O L ' Nam O ao1 Q WI c Co a) t O 0 - v (U aJ > 0) 0) O. a I- Q arcO ( o �E r acO0) O Co L O > ;0 O o L O �, O � � C i O. O o C- o C - 00=cn '4—�0�� a, .— O r0 -O 3 ui ++ HCE.�c Co I = r0 Co 0 a(� Cl, C O a IA a ai z a' C UI 0 V C U E Co I- 0) C a) u I- 0 C 0 U .Sa QJ LU L t C 0 (!] £0 U C f0 U a) .a L- C 0 U (f1 Os C E ,., <I -O ri a0C Lu LU z -w� 0a¢ I -0Y U z LL Lu J dC � J � � Y 0(11< W J � LUL 0,-i N z�o V w j,L� C'3 C7 O 114z J zI-I01U co m cM� o o ucx LL.I�Q � � W — LL_ 0 ~ Q LLJ Ui � z LuI-c LU d LL H � H Water Main Improvements Kessler 010920-3 14048020 IN REPLY REFER TO: United Reference: TA0883 Ryan Mountain Garver 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 Dear Mr. Mountain: States Department of the E FISH AND WILDLIFE SERVICE 110 S. Amity Road, Suite 300 Conway, Arkansas 72032 1 Tel.: 501/513-4470 Fax: 501/513-4480 September 5, 2014 The U.S. Fish and Wildlife Service (Service) has reviewed tl dated August 29, 2014, regarding the proposed water line in County, Arkansas. Our comments are submitted in accordan (87 Stat. 884, as amended 16 U.S.C. 1531 et seq.). Interior information supplied in your letter e City of Fayetteville, Washington with the Endangered Species Act The following federally listed threatened and endangered species are known to occur in this region: Ozark Big -eared Bat (Corynorhinus townsendii ingens), Missouri Bladderpod (Physaria filiformis), Gray Bat (Myotis grisescens), Indiana Bat (Myotis soda/is), Benton County Cave Crayfish (Cambarus aculabrum), Ozark Cavefish (Amblyopsis rosae), Neosho Mucket (Lampsilis rafinesqueana), Rabbitsfoot (Quadrula c_vlindrica cylindrica), Piping Plover (Charadrius melodus), and proposed endangered Northern Long-eared Bat (Myotis septentrionalis). In addition, the federally protected Bald Eagle (Haliaeetus leucocephalus) is also known to occur in this region. The Arkansas Darter (Etheostoma cragini), a federal candidate species, also occurs in this region. The Illinois River provides critical habitat for the Neosho Mucket. The proposed designation of critical habitat in the Illinois River for Neosho Mucket considers physical or biological features essential to the conservation of these species. These include, but arc not limited to: 1. Space for individual and population growth and for normal behavior; 2. Food, water, air, light, minerals, or other nutritional or physiological requirements; and 3. Sites for breeding, reproduction, or rearing; and Primary constituent elements are those specific elements of the physical or biological features that provide for a species' life history processes and are essential to the conservation of these species. Based on our current knowledge of the physical or biological features and habitat characteristics required to sustain life history processes for the Neosho Mucket, the primary constituent elements specific to these species are: Water Main Improvements 010940-1 I 14048020 Kessler Mountain to Cato Springs Road I. Primary Constituent Element 1— Geomorphically stable river channels and banks (channels that maintain lateral dimensions, longitudinal profiles, and sinuosity patterns over time without an aggrading or degrading bed elevation) with habitats that support a diversity of freshwater mussel and native fish (such as, stable riffles, sometimes with runs, and mid —channel island habitats that provide flow refuges consisting of gravel and sand substrates with low to moderate amounts of fine sediment and attached filamentous algae). 2. Primary Constituent Element 2— A hydrologic flow regime (the severity, frequency, duration, and seasonality of discharge over time) necessary to maintain benthic habitats where the species are found and to maintain connectivity of rivers with the floodplain, allowing the exchange of nutrients and sediment for maintenance of the mussel's and fish host's habitat, food availability, spawning habitat for native fishes, and the ability for newly transformed juveniles to settle and become established in their habitats. 3. Primary Constituent Element 3— Water and sediment quality (including, but not limited to, conductivity, hardness, turbidity, temperature, pH, ammonia, heavy metals, and chemical constituents) necessary to sustain natural physiological processes for normal behavior, growth, and viability of all life stages. 4. Primary Constituent Element 4— The presence and abundance (currently unknown) of fish hosts necessary for recruitment of the Neosho mucket and rabbitsfoot. The occurrence of natural fish assemblages, reflected by fish species richness, relative abundance, and community composition, for each inhabited river or creek will serve as an indication of appropriate presence and abundance of fish hosts until appropriate host fish can be identified. 5. Primary Constituent Element 5— Either no competitive or predaceous invasive (nonnative) species, or such species in quantities low enough to have minimal effect on survival of freshwater mussels. 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 Water Main Improvements Kessler Mountain to Cato Springs Road 010940-2 14048020 • I S1 sediment control BMP's should ' be implemented to prevent sediment and contaminants entering groundwater. from 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. I 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. I • 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. I 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. Water Main Improvements Kessler Mountain to Cato Springs Road 010940-3 14048020 • 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. Chemical Controls Herbicides, fertilizers, vehicle maintenance fluids, petroleum products, and drilling fluids should be discarded, stored, and/or changed in staging areas established at least 300 vegetated feet from streams or karst features. Spill response protocols and kits should be maintained on site to address these concerns. 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. Water Main Improvements 010940-4 14048020 Kessler Mountain to Cato Springs Road 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 chemicals, 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 and threatens rare and endangered karst animals. The Service recommends that potential roost trees not be removed between April 1 and October 15 because Indiana bats roost in trees throughout the Karst region and northeast Arkansas during these dates. See the website (www.fws.gov/akansas-esj for the Indiana bat summer survey guidelines. Potential roost trees include live trees and snags > 5"DBH (diameter at breast height) that have exfoliating bark, cracks, crevices and/or hollows. During the summer, Northern Long-eared Bats (NLEB) typically roost singly or in colonies in cavities, underneath bark, crevices, or hollows of both live and dead trees and/or snags (typically 23 inches diameter breast height). Males and non -reproductive females may also roost in cooler places, like caves and mines. This bat seems opportunistic in selecting roosts, using tree species based on presence of cavities or crevices or presence of peeling bark. It has also been occasionally found roosting in structures like barns and sheds (particularly when suitable tree roosts are unavailable). They forage for insects in upland and lowland woodlots and tree lined corridors. During the winter, NLEB predominately hibernate in caves and abandoned mine portals. Although species proposed for listing are not afforded protection under the ESA, when a species is listed, the prohibitions against jeopardizing its continued existence and unauthorized "take" are effective 30 days after publication of the final listing rule. Therefore, if suitable NLEB habitat is present within the proposed project area, we recommend further coordination with our office to avoid potential project delays should the species be listed. Additional information regarding NLEB and conference procedures can be found at:1 Water Main Improvements 010940-5 I 14048020 Kessler Mountain to Cato Springs Road 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. Sincerely, CEt� > f"J m Boggs Project Leader Water Main Improvements 010940-6 14048020 Kessler Mountain to Cato Springs Road IEPLY TO ATTENTION OF Regulatory Division DEPARTMENT OF THE ARMY LITTLE ROCK DISTRICT, CORPS OF ENGINEERS POST OFFICE BOX 867 1 LITTLE ROCK, ARKANSAS 72203-0867 www.swl.usace.army.mil/ OCT 22 2014 NATIONWIDE PERMIT NO. 20: Mr. Ryan Mountain Garver 2049 East Joyce Boulevard Suite 400 Fayetteville, Arkansas 72703 Dear Mr. Mountain: 14-00336-1 Please refer to your application dated August 29, 2014, on behalf of the City of Fayetteville, concerning Department of the Army permit requirements pursuant to Section 404 of the Clean Water Act. You requested authorization for the placement of dredged and fill material in waters of the United States associated with improvements to the water main pipeline that runs from the Kessler Mountain Water Tanks and terminates at Cato Springs Road. The 24 -inch -diameter pipeline crosses four unnamed tributaries of Cato Springs Branch at five sites impacting approximately 150 linear feet of jurisdictional streams. Approximately 0.002 acres of an adjacent jurisdictional wetland will also be impacted. Approximately 50 cubic yards of fill material will be excavated and discharged to allow for the stream and wetland crossings. The project is located in the SW 1/4 of section 30, T. 16 N., R. 30 W., in Fayetteville, Washington County, Arkansas. Enclosed are vicinity maps, project maps and design drawings for the proposed project. The proposed activities are authorized by six Department of the Army Nationwide Permits (NWP) No. 12 (copy enclosed), provided that the conditions) therein are met. You should become familiar with the conditions and maintain a copy of the permit at the worksite for ready reference. If changes are proposed in the design or location of the facilities, you should submit revised plans to this office for approval before construction of the change begins. Please refer to NWP Condition No. 12, which stipulates that appropriate erosion and siltation controls be used during construction and all exposed soil be permanently stabilized. Erosion control measures must be implemented during and after construction of the proposed project to comply with this permit condition. In order to fully comply with the conditions of the NWP; you must submit the enclosed compliance certification within 30 days of completion of the project. This is required pursuant to General Condition No. 30 of the permit. r `CEIVED n"T 212014 Giver Faye ev11iJ Water Main Improvements 010960.1 14048020 Kessler Mountain to Cato Springs Road I LJ Q' U Kr o•2.o / Z -2 - This permit action is based upon an Approved Jurisdictional Determination dated October 21, 2014, that the subject work is within the jurisdiction of the Department of the Army regulatory program. The NWP determination will be valid until March 18, 2017. If NWP No. 12 is modified, suspended, or revoked during this period, your project may not be authorized unless you have begun or are under contract to begin the project. If work has started or the work is under contract, you would then have twelve months to complete the work. The authorization of this work by a NWP does not relieve you of complying with other applicable local, state, and Federal laws, nor does it grant any property rights or exclusive privileges. If you have any questions about this permit or any of its provisions, please contact me at (501) 324-5295 and refer to Permit No. 2014-00336-1. Please submit your comments or suggestions on our Customer Service Survey: htt ://co sma u.usace.arm .miI/cm a x/t'? —re u latorysurvey Sincerely, r C Jim Ellis Project Manager Enclosures • SI Water Main Improvements 010960-2 14048020 Kessler Mountain to Cato Springs Road Water Main Improvements Kessler Mountain to Cato Springs Road a I N 3 a ACTION NO.: 2014-00336-1 City of Fayetteville, Arkansas WATER MAIN IMPROVEMENTS - KESSLER MT. TO CATO SPRINGS ROAD Unnamed Tributaries to Cato Springs Branch and Adjacent Wetlands Section 30, T. 16 N., R. 30 W. October 2014 Sheet 2 of 7 010960-3 Nationwide Permit No. 12 Utility Line Activities. Activities required for the construction, maintenance, repair, and removal of utility lines and associated facilities in waters of the United States, provided the activity does not result in the loss of greater than 1/2 -acre of waters of the United States for each single and complete project. Utility lines: This NWP authorizes the construction, maintenance, or repair of utility lines, including outfall and intake structures, and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided there is no change in pre -construction contours. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages, and radio and television communication. The term "utility line" does not include activities that drain a water of the United States, such as drainage tile or french drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be backfilled with topsoil from the trench. The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a power line or utility line in non -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1/2 -acre of waters of the United States. This NWP does not authorize discharges into non -tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for overhead utility line towers, poles, and anchors: This NWP authorizes the construction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non - tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not cause the loss of greater than 1/2 -acre of non -tidal waters of the United States. This NWP does not authorize discharges into non -tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre -construction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above pre -construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 CFR Part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP also authorizes temporary structures, fills, and work necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification: The permittee must submit a pre -construction notification to the district engineer prior to commencing the activity if any of the following criteria are met: (1) the activity involves mechanized land clearing in a forested wetland for the utility line right-of-way; (2) a section 10 permit is required; (3) the utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (4) the utility line is placed within a jurisdictional area (i.e., water of the United States), and it runs parallel to or along a stream bed that is within that jurisdictional area; (5) discharges that result in the loss of greater than 1/10 -acre of waters of the United States; (6) permanent access roads are constructed above grade in waters of the United States for a distance of more than 500 feet; or (7) permanent access roads are constructed in waters of the United States with impervious materials, (See general condition 31.) (Sections 10 and 404) Note 1: Where the proposed utility line is constructed or installed in navigable waters of the United States (i.e., section 10 waters) within the coastal United States, the Great Lakes, and United States territories, copies of the pre -construction notification and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), for charting the utility line to protect navigation. Note 2: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP, Access roads used solely for construction of the utility line must be removed upon completion of the work, in accordance with the requirements for temporary fills. Note 3: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the Rivers and Harbors Act of 1899. However, any discharges of Water Main Improvements 010960-4 14048020 Kessler Mountain to Cato Springs Road S S dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit (see NWP 15). Note 4: For overhead utility lines authorized by this NWP, a copy of the PCN and NWP verification will be provided to the Department of Defense Siting Clearinghouse, which will evaluate potential effects on military activities. I. Nationwide Permit General Conditions: te: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case -specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR §§ 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR § 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. Water Main Improvements Kessler Mountain to Cato Springs Road 4. M stow Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfsh1Beds. No activity may occur in areas of concentrated shellfish papulations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. ! 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section' 307 of the Clean Water Act). 7. Water Sypp_ly-lntakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre -construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre -construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream i restoration or relocation activities). 10. Fills Within 100 -Year Floodplains. The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11. Equinnient. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize sail disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any, work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low -flow or no -flow. 13. Rrnavbi of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations.IThe affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety 1 010960-5 14048020 and compliance with applicable NWP general conditions, as well as any activity -specific conditions added by the district engineer to an NWP authorization. I5..$ingle and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 17. Tribal Righta. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address ESA compliance for the NWP activity, or whether additional ESA consultation is necessary. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally -listed endangered or threatened species or designated critical habitat, the pre -construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed work or that utilize the designated critical habitat that might be affected by the proposed work. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non -Federal applicant of the Corps' determination within 45 days of receipt of a complete pre -construction notification. In cases where the non -Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification the proposed activities will have "no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species -specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the U.S. FWS or the NMFS, The Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of "take" means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide web pages at http://www.fws.gov/ or http://www.fws.gov//iipac and http://www.noaa.gov/fisheries.html respectively. 19. Migratory Birds and nd GoldcriEagles. The permittee is responsible for obtaining any "take" permits required under the U.S. Fish and Wildlife Service's regulations governing compliance with the Migratory Bird Treaty Act or the Bald and Golden Eagle Protection Act. The permittee should contact the appropriate local office of the U.S. Fish and Wildlife Service to determine if such "take" permits are required for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address section 106 compliance for the NWP activity, or whether additional section 106 consultation is necessary. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre - construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the Water Main Improvements 010960-6 14048020 Kessler Mountain to Cato Springs Road location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre - construction notifications, district engineers will comply with the current procedures for addressing the requirements of Section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non -Federal applicant has identified historic properties on which the activity may have the potential to cause effects and so notified the Corps, the non -Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed, (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre -construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR §800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non -Federal applicant that he or she cannot begin work until Section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section I l0k of the NHPA (16 U.S.C. 470h -2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant, If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discoyry of Previously Unknown Remains andArtifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22, Designated Critical Resource Waters. Critical resource waters include, NOAH- managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are nbt authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 3!, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitiatirt. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one -for -one ratio will be required for all wetland losses that exceed 1/10 -acre and require pre - construction notification, unless the district engineer determines in writing that! either some other form of mitigation would be more environmentally appropriate or the adverse effects of the proposed activity are minimal, and provides a project -specific waiver of this requirement. For wetland losses of 1/10 -acre or less that require pre - construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in minimal adverse effects on the aquatic environment. (2) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (3) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. Water Main Improvements Kessler Mountain to Cato Springs Road 010960-7 I 14048020 A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) — (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (4) If mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (5) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan. (d) For losses of streams or other open waters that require pre - construction notification, the district engineer may require compensatory mitigation, such as stream rehabilitation, enhancement, or preservation, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2 -acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 -acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the restoration or establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to establish a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or establishing a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in -lieu fee programs, or separate permittee-responsible mitigation. For activities resulting in the loss of marine or estuarine resources, permittee- responsible compensatory mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (h) Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub -shrub wetland to a.herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse effects of the project to the minimal level. 24. Safety of impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case -By -Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3 - acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the Water Main Improvements 010960-8 14048020 Kessler Mountain to Cato Springs Road new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." I •(Transferee) i• w (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and any required compensatory mitigation. The success of any required permittee- responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general, regional, or activity -specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. if credits from a mitigation,bank or in -lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(1)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the work and mitigation. 31. Pre -Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre -construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed bythe district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 20 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) has been completed. IAlso, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. lithe proposed activity requires a written waiver to exceed specified limits of an N WPI the permittee may not begin the activity until the district engineer issues the waiver. if the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calends i days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre -Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause, including the anticipated amount of loss of water of the United States expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer toldetermine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (4) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site) but there may be a delay if the Corps does the delineation) especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; Water Main Improvements Kessler Mountain to Cato Springs Road 010960-9 1 14048020 (5) If the proposed activity will result in the loss of greater than 1/10 - acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse effects are minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non -Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non -Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c) Form of Pre -Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs (b)(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP activities that require pre -construction notification and result in the loss of greater than l /2 -acre of waters of the United States, for NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre -construction notification and will result in the loss of greater than 300 linear feet of intermittent and ephemeral stream bed, and for all NWP 48 activities that require pre -construction notification, the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (U.S, FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the exception ofNWP 37, these agencies will have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site -specific comments. The comments must explain why the agency believes the adverse effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre - construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330,5. (3) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson -Stevens Fishery Conservation and Management Act. (4) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre -construction notifications to expedite agency coordination. District Engineer's Decision: I . In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. For a linear project, this determination will include an evaluation of the individual crossings to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to intermittent or ephemeral streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42, 43, 44, 50, 51 or 52, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in minimal adverse effects. When making minimal effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse effects determination. The district engineer may add case -specific special conditions to the NWP authorization to address site -specific environmental concerns. 2. If the proposed activity requires a PCN and will result in a loss of greater than 1/10 -acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory Water Main Improvements 010960-10 14048020 Kessler Mountain to Cato Springs Road • mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The compensatory - mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic . environment are minimal, after considering mitigation, the district engineer will notify the permittee and include any activity -specific . conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). . The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final . mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the . prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether . the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the wproject on the aquatic environment (after consideration of the i compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terms and conditions of the NWP, including any activity -specific conditions added to the NWP iauthorization by the district engineer. 3. If the district engineer determines that the adverse effects of the . proposed work are more than minimal, then the district engineer will notify the applicant either: (a) That the project does not qualify for' authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (c) that the . project is authorized under the NWP with specific modifications or .conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the . aquatic environment, the activity will be authorized within the 45 - day PCN period, with activity -specific conditions that state the . mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has . determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the - required compensatory mitigation. 0 Further Information: a 1. District Engineers have authority to determine if an activity . complies with the terms and conditions of an NWP. LJ 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal nroiect. . Water Main Improvements 010960-11 ` 14048020 Kessler Mountain to Cato Springs Road f . S it ADEQ ARKANSAS Department of Environmental Quality March 16, 2012 Colonel Glen A. Masset District Commander, Little Rock District Corps of Engineers P. O. Box 867 Little Rock, Arkansas 72203-0867 RE: Public Notice: Re -issuance of Nationwide Permits Dcar Colonel N'lasset: The Arkansas Department of Environmental Quality ("ADEQ") has completed its review of the above referenced public notice for re -issuance ol' the U.S. Army Corps of Engineers Nationwide Permits for the State of Arkansas. A1)IQ has determined that there is a reasonable assurance that this activities covered under these Nationwide Permits will be conducted in a manner which, according to the Arkansas Pollution Control and Ecology Commission's Regulation No,2, will not physically alter a significant segment of the waterhody and will not violate the water quality criteria. I'herelore, pursuant to 401(a)(1) of the Clean Water Act, the ADEQ hereby issues water quality certilication fir this project contingent upon the following conditions: 1) Individual Water Quality Certification requests must be submitted to ADEQ for any activity impacting Extraordinary Resource Waters, Ecologically Sensitive Waters, and Natural and Scenic Waters as identified in Regulation No.2. 2) Applicant shall contact ADEQ for a Short Term Activity Authorization needs determination for activities that have the potential to violate water quality criteria. 3) Applicant shall comply with NPDES Stormwater Program requirements. Sin •crcl\, ,4oW► Steve Drown Chief, Water Division cc: Elaine Edwards, Chief Regulatory Division USACE Rocky Presley, Branson Regulatory Field Office USACE Wanda Boyd, Region VI, Environmental Protection Agency ARKANSAS DEPARTMENT OF ENVIRONMENTAL QUALITY T 5301 YHM It�QrFl r v2m nis ORTH LITTLE ROCK / ARKAN5� -531 7 / TELEPHONE 501.682-0744 / FAX www.c eq.s a e.or.us 5011 � ll0 . Kessler Mountain to Cato Springs Road PERMITTEE COMPLIANCE CERTIFICATION PERMIT NO.: 2014-00336-1 NWP/S NO.: 12 PERMITTEE NAME: DATE OF ISSUANCE: PROJECT MANAGER: Jim El Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: US Army Corps of Engineers, Little Rock ATTENTION: CESWL-RD PO Box 867 I Little Rock, Arkansas 72203-0867 Please note that your permitted activity is subject to a compliance inspection by a US Army Corps of Engineers representative. If you fail to comply with this permit, you are subject to permit suspension, modification, or revocation. I hereby certify that the work authorized by the above referenced permit has been completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit conditions. DATE WORK COMPLETED: SIGNATURE OF PERMITTEE DATE Water Main Improvements 010960-13 I 14048020 Kessler Mountain to Cato Springs Road f Stormwater Pollution Prevention Plan (SWPPP) for Construction Activity for Small Construction Sites National Pollutant Discharge Elirninal General Permit # ARR1 Prepared for: Date: September 15, Prepared by: Ga ion System (NPDES) i0000 !r 14 Revised date: 02/17/2012 Stormwater Pollution Prevention Plan for Construction Activity ARR150000 Page 1 Project Name and Location: Water Main Improvements —Kessler Mountain to Cato Springs Road. Property Parcel Number (Optional): Operator Name and Address: City of Fayetteville, 113 West Mountain Street, Fayetteville AR 72701 A. Site Description a. Project description, intended use after NOI is filed: The project will include construction activities consistent with the extension of a water line. b. Sequence of major activities which disturb soils: 1. Obtain all necessary permits (if required). 2. Know and maintain an Arkansas Department of Environmental Quality (ADEQ) approved Storm Water Pollution Prevention Plan implemented for construction sites. 3. Inform all personnel and subcontractors of SWPPP and relate where to post the Construction Site Notice and SWPPP. 4. Have all existing utilities located. 5. Install erosion control devices in accordance with the Plans and as directed by the City. 6. Construct Improvements (Erosion Control Sheets) -- reinstall erosion control devices as needed. 7. Grade all areas to final grade. 8. Stabilize all areas, place topsoil, seed and install erosion control matting or mulch entire disturbed area. 9. When all construction is completed, the site is 100% stabilized at 80% density, and approved by the Engineer, remove all silt fences and temporary erosion and sediment control features. Stabilize with sodding or seeding any areas disturbed by their removal. c. Total Area: 3.68 acres Disturbed Area: 3.68 acres B. Responsible Parties Service Provided for SWPPP (i.e., Individual/Company Phone Number Inspector, SWPPP revisions, Stabilization Activities, BMP Maintenance, etc.) City of Fayetteville Garver/Contractor To be determined SWPPP revisions, Stabilization Activities, BMP Maintenance, etc. Revised date: 02/17/2012 i i S S S • S S S M S • • r M S S S • S S Stormwater Pollution Prevention Plan for Construction Activity ARR150000 C. Receiving Waters a. The following waterbody (or waterbodies) receives stormwater from this construction site: Cato Springs Branch b. Is the project located within the jurisdiction of an MS4? ®Yes ❑No I. If yes, Name of MS4: City of Fayetteville c. Ultimate Receiving Water: I ❑Red River White River ❑Ouachita River I❑St. Francis River ❑Arkansas River ❑Mississippi River D. Site Map Requirements (Attach Site Map): a. Pre -construction topographic view; b. Direction of stormwater flow (i.e., use arrows to show which direction stormwater will flow) and approximate slopes anticipated after grading activities; I Page 2 c. Delineate on the site map areas of soil disturbance and areas that will not be disturbed under the coverage of this permit; d. Location of major structural and nonstructural controls identified in the plan; e. Location of main construction entrance and exit; f. Location where stabilization practices are expected to occur; g. Locations of off -site materials, waste, borrow area, or equipment storage area; h. Location of areas used for concrete wash -out; i. Location of all surface water bodies (including wetlands); j. Locations where stormwater is discharged to a surface water and/or municipal separate storm sewer system if applicable, I k. Locations where stormwater is discharged off -site (should be continuously updated); I. Areas where final stabilization has been accomplished and no further construction phase permit requirements apply. Stormwater Controls a. Initial Site Stabilization, Erosion and Sediment Controls, and Best Management Practices: Initial Site Stabilization: _ Construction will progress as indicated in the Revised date: 02/17/2012 Page 2 Stormwater Pollution Prevention Plan for Construction Activity ARR150000 noted on the Erosion Control Sheets. Erosion control devices will be maintained throughout construction activities. ii. Erosion and Sediment Controls: Stabilized construction entrances, silt fences (or approved equal), dewatering basins, rock and filter ditch checks, and erosion control matting. iii. If periodic inspections or other information indicates a control has been used inappropriately or incorrectly, the operator will replace or modify the control for site situations: ®Yes ❑No If No, explain: iv. Off -site accumulations of sediment will be removed at a frequency sufficient to minimize off -site impacts: ®Yes ❑No If No, explain: v. Sediment will be removed from sediment traps or sedimentation ponds when design capacity has been reduced by 50%: ®Yes ❑No If No, explain: vi. Litter, construction debris, and construction chemicals exposed to stormwater shall be prevented from becoming a pollutant source for stormwater discharges: ®Yes ❑No If No, explain: vii. Off -site material storage areas used solely by the permitted project are being covered by this SWPPP: Lives No If Yes, explain additional BMPs implemented at off -site material storage area: b. Stabilization Practices i. Description and Schedule: Permanent seeding and mulch cover shall be utilized as the primary stabilization practice. Seeding shall be performed by hydro -seeding, by hand, or b a mechanical broadcasting method. Seeding rates and types shall be in accordance with the Contract Documents on which construction activities have ceased (temporarily or permanently). Erosion control matting shall be placed in accordance with the proiect plans after final grading. Other exposed bare earth sections should be protected by evenly distributed hay, straw or wood mulch before a rain event. Dust shall be controlled by sufficiently wetting dusty areas, as needed. To all extents possible, construction activities shall be isolated as to limit areas of disturbance. Areas where construction ceases for more than 14 days shall be stabilized with a Revised date: 02/17/2012 r-1 • Stormwater Pollution Prevention Plan for Construction Activity Page 3 O ARR150000 seed/straw mulch at a coverage rate of 2 tons/acre. Accumulated sediment and • erosion control devices will be removed rafter 100% stabilization at 80% . density. . ii. Are buffer areas required? ®Yes ❑No If Yes, are buffer areas being used? ❑ ®Yes No If No, explain why not: • • 0 0 If Yes, describe natural bufferlareas: Stream crossings will be n the stream and the iii. A record of the dates when grading activities occur, when construction activities temporarily or permanentlyI cease on a portion of the site, and when stabilization measures are initiated shall be included with the plan. ®Yes ❑No If No, explain: iv. Deadlines for stabilization: Stabilization procedures will be initiated 14 days after construction activity temporarily ceases on a portion of the site. c. Structural Practices • i. Describe any structural practices to divert flows from exposed soils, store flows, or otherwise. limit runoff and tie discharge of pollutants from • exposed areas of the site: Stabilized construction entrances, silt fences (or approved equal), and straw bale trench dewatering inlet devices shall be in • place during ongoing earthwork operations. ii. Sediment Basins: Are 10 or more acres draining to a common point? ❑Yes No Is a sediment basin included in theproject? [lives No • If Yes, what is the designed capacity for the storage? ❑3600 cubic feet per acre = or ❑10 year, 24 hour storm = • ❑ Other criteria were used to design basin: r If No, explain why no sedimentation basin was included and • describe required natural buffer areas and other controls • Revised date: 02/17/2012 • Stormwater Pollution Prevention Plan for Construction Activity ARR150000 implemented instead: iii. Describe Velocity Dissipation Devices: Rock ditch checks. F. Other Controls a. Solid materials, including building materials, shall be prevented from being discharged to Waters of the State: ®Yes No b. Off -site vehicle tracking of sediments and the generation of dust shall be minimized through the use of: ®A stabilized construction entrance and exit ®Vehicle tire washing ❑Other controls, describe: Page 4 c. 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. The waste management contractor shall empty the portable sanitary waste systems on a regular basis or when issues arise. Caution will be used during any sanitary sewer relocations. d. Concrete Waste Area Provided: ®Yes ❑No. Concrete is used on the site, but no concrete washout is provided. Explain why: ❑N/A, no concrete will be used with this project e. Fuel Storage Areas, Hazardous Waste Storage, and Truck Wash 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 designated by the Contractor should be contacted immediately. The City of Fayetteville shall also be notified immediately following notification of the spill coordinator. All hazardous waste materials will be disposed of as specified by local or state regulations or by the product manufacturer. Fuel storage will be at least 300 feet from known wetlands or other waterbodies and shall have secondary containment as required by state and federal law. Products will be kept in original containers in covered areas unless they are not resealable. 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. 0 S S i S • • Revised date: 02/17/2012 • Stormwater Pollution Prevention Plan for Construction Activity Page 5 .• ARR150000 G. Non-Stormwater Discharges • a. The following allowable non-stormwater discharges comingled with stormwater are present or anticipated at the site: . ®Fire -fighting activities; ®Fire hydrant flushings; ®Water used to wash vehicles (where detergents or other chemicals are • not used) or control dust in accordance with Part Il.A.4.H.2; •®Potable water sources including uncontaminated waterline flushings; • ®Landscape Irrigation; ®Routine external building wash down which does not use detergents or other chemicals; I ®Pavement wash waters 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; . ®Uncontaminated air conditioning, compressor condensate (See Part I.B.12.C of the permit);, ®Uncontaminated springs, excavation dewatering and groundwater (See • PartI.B.12.C of the permit); •®Foundation or footing drains where flows are not contaminated with • process materials such as solvents (See Part I.B.12.C of the permit); b. Describe any controls associated with non-stormwater discharges present at the site: To all extents possible, non-stormwateri discharges shall be minimized. Discharges shall be monitored and terminated as soon as possible. • • H. Applicable State or Local Programs: The SWPPP will I be updated as necessary to reflect . any revisions to applicable federal, state, or local requirements that affect the stormwater controls implemented at the site. ®Yes No I. Inspections a. Inspection frequency: ®Every7 calendar days or ❑At least once every 14 calendar days and within 24 hours of the end of a storm even 0.5 inches or greater (a rain gauge must be maintained on -site) • b. Inspections: • Completed inspection forms will be kept with the SWPPP. •®ADEQ's inspection form will be used (See Appendix B) • or I • ❑A form other than ADEQ's inspection form will be used and is attached • (See inspection form requirements Part Ii.A.4.L.2) • c. Inspection records will be retained as part of the SWPPP for at least 3 years from • the date of termination. • I Revised date: 02/17/2012 Stormwater Pollution Prevention Plan for Construction Activity ARR150000 Page 6 d. It is understood that the following sections describe waivers of site inspection requirements. All applicable documentation requirements will be followed in accordance with the referenced sections. i. Winter Conditions (Part II.A.4.L.3) ii. Adverse Weather Conditions (Part II.A.4.L.4) J. Maintenance: The following procedures to maintain vegetation, erosion and sediment control measures and other protective measures in good, effective operating condition will be followed: All erosion and sediment controls shall be maintained in good working order. If a repair is necessary, it shall be done at the earliest date possible, but no later than three (3) calendar days after the surrounding exposed ground has dried sufficiently to prevent further damage from heavy equipment. The areas adjacent to creeks and drainage ways shall have priority followed by devices protecting any drainage ditches. Any necessary repairs will be completed, when practicable, before the next storm event, but not to exceed a period of 3 business days of discovery, or as otherwise directed by state or local officials. K. Employee Training: The following is a description of the training plan for personnel (including contractors and subcontractors) on this project: _ Training shall be given by a knowledgeable and qualified trainer to all project related personnel prior to them working at the project site. The Contractor shall be required to have a qualified individual as defined in the permit. **Note, Formal training classes given by Universities or other third -party organizations are not required, but recommended for qualified trainers; the permittee is responsible for the content of the training being adequate for personnel to implement the requirements of the permit. Certification "I certify under penalty of law that this document and all attachments such as Inspection Form were prepared under my direction or supervision in accordance with a system designed to ensure 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." Signature of Responsible or Cognizant Official: Title: Date: Revised date: 02/17/2012 • Stormwater Pollution Prevention Plan for Construction Activity Page 7 • ARR150000 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Revised date: 02/17/2012 • • ARR150000 Inspection Form Appendix A Inspector Name: Inspector Title: Date of Inspection: Date of Rainfall: Duration of Rainfall: Days Since Last Rain Event: days Rainfall Since Last Rain Event: Description of any Discharges During Inspection: Location of Discharges of Sediment/Other Pollutant (specify pollutant & location): Locations in Need of Additional BMPs: Information on Location of Construction Activities inches Location Activity Begin Date Activity Occuring Now (y/n)? Activity Ceased Date Stabilization Initiated Date Stabilization Complete Date Information on BMPs in Need of Maintenance Location In Working Order? Maintenance Scheduled Date Maintenance Completed Date Maintenance to be Performed By Changes required to the SWPPP: SWPPP changes completed (date): Reasons for changes: "I certify under penalty of law that this document and all attachments such as Inspection Form were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel property 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." Signature of Responsible or Cognizant Official: Title: Date: Revised date: 02/17/2012 BMP Consideration Checklist Appendix B S S S The BMPs listed here should be considered for every project. Those should be checked as "Not Used" with a brief statement de Ps that are not included in the SWPPP bing why it is not being used. Note: Appendix B and C do not have to be submitted with the SWPPP! These attachments are for use during the development of the SWPPPJ EROSION CONTROL BMPs • • BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason EC -1 Scheduling ❑ ® ❑ • EC -2 Preservation of Existing Vegetation ❑ ® ❑ • EC -3 Hydraulic Mulch ❑ ❑ ® N/A • EC -4 Hydroseeding ❑ ® ❑ • EC -5 Soil Binders ❑ ❑ ® N/A EC -6 Straw Mulch ❑ ❑ EC -7 Geotextiles & Mats ❑ ❑ EC -8 Wood Mulching ❑ ® ❑ • EC -9 Earth Dikes & Drainage Swales ❑ ❑ ® N/A EC -10 Velocity Dissipation Devices ❑ ® ❑ • EC -11 Slope Drains ❑ ❑ ® N/A • EC -12 Stream bank Stabilization ❑ ❑ ® N/A • SEDIMENT CONTROL BMPs1 BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason • SE -1 Silt Fence ❑ ® ❑ SE -2 Sediment Basin ❑ ❑ ® N/A SE -3 Sediment Trap ❑ ❑ SE -4 Check Dam ❑ ❑ SE -5 Fiber Rolls ❑ ❑ • SE -6 Gravel Bag Berm ❑ ❑ ® N/A • SE -7 Street Sweeping and Vacuuming ❑ ❑ . SE -8 Sand Bag Barrier ❑ ❑ ® N/A i SE -9 Straw Bale Barrier SE -10 Storm Drain Inlet Protection SE -11 Chemical Treatment ❑ ❑ Li ❑ [I]® ® ❑ N/A N/A WIND EROSION CONTROL BMPs • w BMP WE -1 Wind Erosion Control BMP Considered for project ❑ BMP Used ®! BMP Not Used ❑ If not used, state reason Revised date: 02/17/2012 BMP Consideration Checklist Appendix B TRACKING CONTROL BMPs BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason TR-1 Stabilized Construction Entrance/Exit ❑ ❑ TR-2 Stabilized Construction Roadway ❑ ❑ TR-3 Entrance/Outlet Tire Wash ❑ ® ❑ NON -STORM WATER MANAGEMENT BMPs BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason NS -1 Water Conservation Practices ❑ ® ❑ NS -2 Dewatering Operations ❑ ❑ NS -3 Paving and Grinding Operations ❑ ❑ ® N/A NS -4 Temporary Stream Crossing ❑ ® ❑ NS -5 Clear Water Diversion ❑ ❑ ® N/A NS -6 Illicit Connection/ Discharge ❑ ❑ ® N/A NS -7 Potable Water/Irrigation ❑ ❑ NS -8 Vehicle and Equipment Cleaning ❑ ❑ NS -9 Vehicle and Equipment Fueling ❑ ❑ NS -10 Vehicle and Equipment Maintenance ❑ ❑ ® All maintenance off site NS -11 Pile Driving Operations ❑ ❑ ® N/A NS -12 Concrete Curing ❑ ❑ ® N/A NS -13 Concrete Finishing ❑ ® ❑ NS -14 Material and Equipment Use Over Water ❑ ❑ ® N/A NS -15 Demolition Adjacent to Water ❑ ® ❑ NS -16 Temporary Batch Plants ❑ ❑ ® N/A WASTE MANAGEMENT AND MATERIALS POLLUTION CONTROL BMPs BMP BMP Considered for project BMP Used BMP Not Used If not used, state reason WM-1 Material Delivery and Storage ❑ ® ❑ WM-2 Material Use ❑ ® [IWM-3 Stockpile Management ❑ ® ❑ 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 ❑ ® El WM-9 Sanitary/Septic Waste Management ❑ ® ❑ WM-10 Liquid Waste Management ❑ ® ❑ Revised date: 02/17/2012 • • SWPPP Completion Checklist • • Yes = Complete No = Incomplete/DefIcient • N/A = Not applicable to project . Yes No N/A A. A site description, including: • Appendix C Permit Section 1. Project description, intended use after NOT Part ILA.4.A.1 2. Sequence of major activities Part ILA.4.A.2 3. Total & disturbed acreage Part ILA.4.A.3 W a S r— — B. Responsible Parties: All parties dealing with the SWPPP and the areas they are responsible for on -site. I Part II.A.4.R C. Receiving Water. Part II.A.4.C M 54 Name Part ILA.4.C -Ultimate Receiving Water Part II.A.4.C D.Site Map --- See End of Evaluation Form F Description of Controls: I. Erosion and sediment controls, including. • Part II.A.4.F a. Initial site stabilization Part 11.A.4.G.L.a b. Erosion and sediment controls Part ILA.4.G.l.b c. Replacement of inadequate controls Part ILA.4.G.l.c d. Removal of off -site accumulations Part ll.A.4.G. l .d e. Maintenance of sediment traps/basins @ 50% capacity f Part II.A.4.G.l.e f. Litter, construction debris and chemicals properly handled Part ILA.4.G.I.f g. Off -site storage areas and controls ` Part II.A.4.G.l.g • 2. Stabilization practices: i a a. Description and schedule for stabilization Part ILA.4.G.2.a b. Description of buffer areas j Part II.A.4.G.2.b c. Records of stabilization j Part ILA.4.G.2.c d. Deadlines for stabilization Part II.A.4.G.2.d 3. Structural Practices: a a -Describe structural practices to divert flows, store flows, or otherwise limit runoff Part 1LA.4.G.3 a. Sediment basins I Part II.A.4.G.3.a.I -Are more than 10 acres draining to a common. point? If so, are sediment basins included? Part II.A.4.G.3.a. I -Sediment basin dimensions and capacity description and calculations Part II.A.4.G.3.a.I -If a basin wasn't practicable, are other controls sufficient? Part ILA.4.G.3.a.I b. Velocity dissipation devices concentrated flow from 2 or more acres] Part II.A.4.G.3.b aF. Other controls including: i 1. Solid waste control measures Part II.A.4.H.1 2. Vehicle off -site tracking controls Part II.A.4.H.2 3. Compliance with sanitary waste disposal Part ILA.4.H.4 4. Does the site have a concrete washout area controls? Part ILA.4.H.5 5. Does the site have fuel storage areas, hazardous waste storage and/or' truck wash areas controls? I Part II.A.4.H.6 aG. Identification of allowable non -storm water discharges -Appropriate controls for dewatering if present .I IH.State or local requirements incorporated into the plan. • Part II.A.4.I Part I.8.12.C Part ILA.4.K Revised date: 02/17/2012 SWPPP Completion Checklist Appendix C Yes = Complete No = Incomplete/Deficient N/A= Not applicable to project Yes No N/A L Inspections Permit Section 1. Inspection frequency listed? Part II.A.4.L.1 2. Inspection form Part II.A.4.L.2 Ours. If not ours, does it contain the following items: a. Inspector name and title Part II.A.4.L.2.a b. Date of inspection. Part II.A.4.L.2.b c. Amount of rainfall and days since last rain event (14 day only) Part II.A.4.L.2.c d. Approx beginning and duration of storm event Part Il. A.4.L.2.d e. Description of any discharges during inspection Part II.A.4.L.2.e f. Locations of discharges of sediment/other pollutants Part II.A.4.L.2.f g. BM Ps in need of maintenance Part II.A.4.L.2.g h. BMPs in working order, if maintenance needed (scheduled and completed) Part II.A.4.L.2.h i. Locations that are in need of additional controls Part II.A.4.L.2.i j. Location and dates when major construction activities begin, occur or cease Part II.A.4.L.2.j k. Signature of responsible/cognizant official Part II.A.4.L.2.k 3. Inspection Records Part II.A.4.L.3 4. Winter Conditions Part II.A.4.L.4 5. Adverse Weather Conditions Part II.A.4.L.5 J. Maintenance Procedures Part II.A.4.M K. Employee Training Part II.A.4.N Signed Plan Certification Part II.A.7_ and Part 11I.B.10 D. Site Map showing: 1. Pre -construction topographic view Part ILA.4.F.1 2. Drainage flow Part II.A.4.F.2 3. Approximate slopes after grading activities Part ILA.4.F.2 4. Areas of soil disturbance and areas not disturbed Part II.A.4.F.3 5. Location of major structural and non-structural controls. Part II.A.4.F.4 6. Location of main construction entrance and exit. Part ILA.4.F.5 7. Areas where stabilization practices are expected to occur. Part ILA.4.F.6 8. Locations of off -site materials, waste, borrow area or storage area. Part ILA.4.F.7 9. Locations of areas used for concrete wash -out. Part II.A.4.F.8 10. Locations of surface waters on site. Part ILA.4.F.9 11. Locations where water is discharged to a surface water or M S4. Part II.A.4.F.10 12. Storm water discharge locations. Part Il.A.4.F.11 13. Areas where final stabilization has been accomplished. Part II.A.4.F.12 Revised date: 02/17/2012 Permit No. ARR 150000 SITE WITH AUTOMATIC COVERAGE I (LESS THAN 5 ACRES) CONSTRUCTION SITE NOTICE FOR THE l Arkansas Department of Environmental Quality (ADEQ) Storm Water Program NPDES GENERAL PERMIT NO. ARR150000 The following information isposted in compliance with Part I.BI8.b of the ADEQ General Permit Number P � ARR150000 for discharges of stormwater runoff from sites with automatic coverage. Additional information regarding the ADEQ stormwater program may be found on the intern'et at: www.adeq.state.ar. us/water/branch_npdes/stormwater iPermit Number ARR150000 • Contact Name: Phone Number: . - Project Description (Name, Location, etc.): Start Date: End Date: • Total Acres: I I � • Location of Stormwater Pollution Prevention Plan: For Construction Sites Authorized under Part LB.6.b (Automatic Coverage) the following certification must be completed: I (Typed or Printed Name of Person Completing this Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part LB.2. of the ADEQ General Permit Number ARR150000. A stormwater pollution prevention plan has been developed and implemented according to the requirements contained in Part II.A.2.B & D of the permit. I am aware there are significant penalties for providing false information or for conducted unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date • SECTION 011025- MEASUREMENT AND PAYMENT FOR WATER AND SEWER i . PART 1- GENERAL • 1.1 SUMMARY I A. This section includes delineation of measurement and payment criteria applicable to unit price work related to water and sewer, whether the unit price items are part of a unit price contract or are part of a Stipulated Price c�fontract. B. Defect assessment and non-payment for rejected work. . 1.2 AUTHORITY A. Measurement methods are delineated for each individual bid item under this section. = B. The Engineer or Owner's representative will take all measurements and compute quantities accordingly. C. Contractor shall assist by providing necessary equipment, workers, and survey personnel as required. - 1.3 UNIT QUANTITIES SPECIFIED . A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the Engineer shall determine payment. B. If the actual Work requires more or fewer quantities than those quantities indicated, • provide the required quantities at the unit price's contracted. - 1.4 MEASUREMENT OF QUANTITIES i A. Measurement by Weight: Items measured by weight will use specified standard handbook weights unless otherwise specified in this section for an individual item. • B. Measurement by Volume: Unless herein noted differently, volume shall be measured by cubic dimension using mean length, width and height or thickness with survey chain, • steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. C. Measurement by Area: Unless herein noted differently, area shall be measured by square dimension using mean length and width or radius, with survey chain, steel tape, • approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. . D. Linear Measurement: Unless herein noted differently, linear measurements shall be measured at the item centerline or mean chord, with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. E. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. • 1.5 PAYMENT • A. Payment Includes: Except as modified herein, payment shall be full compensation for all . required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and . profit. • . Water Main Improvements Kessler Mountain to Cato Springs Road 011025-1 I 12048020 r SECTION 011025 - MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct the following remedy: 1. The defective Work will be repaired to the instructions of the Engineer, and the unit price will be adjusted to a new price at the discretion of the Engineer. C. The authority of the Engineer to assess the defect and identify payment adjustment is final. 1.7 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 7. Work performed beyond the specified limits unless authorized by the Engineer. 1.8 BID ITEMS 1 Erosion Control The work required by this item will be paid for at the lump sum (LS) price bid for Erosion Control as shown in the Unit Price Schedule. This item shall consist of the application of Temporary Erosion Control items at locations shown on the plans and specifications and as directed by the Engineer or Owner and as required for permit compliance. It shall be the Contractors responsibility to install and maintain all the items and to coordinate, submit, obtain, and comply with all necessary Federal, State, and local permits. The Contractor will not pay the permit fees for the Stormwater Pollution Prevention Plan (SWPPP) and Short Term Activity Authorization for stream crossings. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for erosion control, SWPPP record keeping, coordinating work by others, include all materials, labor, and incidentals necessary to perform the work. Water Main Improvements Kessler Mountain to Cato Springs Road 011025-2 12048020 SECTION 011025 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 2 Traffic Control I I The work required by this item will be paid for at the lump sum (LS) price bid for Traffic Control as shown in the Unit Price Schedule! This item shall consist of maintaining public and private access to drives and streetslin a safe manner and in accordance with the MUTCD. It is the Contractors responsibility to install and maintain all necessary controls. Periodic payments will be made, in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for providing all advance warning devices, traffic safety devices, flag persons, temporary surfaces, barricades, and all other materials, labor, and incidentals necessary to perform the work. S 3 Mobilization (Not to Exceed 5% The work required by this item will be paid for at the lump sum (LS) price bid for Mobilization shown in the Unit Price Schedule. This item shall consist of preparatory work and operations, including those necessary for the movement of personnel, equipment, supplies, and incidentals to or away from the project site and departure from the site after the project is completed and accepted. This item shall also include other work and operations that must be performed, or for expenses incurred, before beginning work on the various Contract items) on the project site. It shall also include pre -construction costs which are necessary direct costs to the project and are of a general nature rather than directly attributable to other pay items under the Contract including videotaping the site before and after construction. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for mobilization, including all materials, labor, and incidentals necessary to perform the work. The amount bid for mobilization shall not exceed 5% of the total bid amount. 4 Trench Excavation Safety The work required by this item will be paid for at the lump sum (LS) price bid for Trench Excavation Safety as shown in the Unit Price Schedule. After contract award, the Contractor shall submit to the Owner a cost breakdown for the work involved in the lump sum price bid for Trench and Excavation Safety System and shall, with each periodic payment request, submit a certification by the competent person" as defined in 29 CFR 1926.650(b) that the Contractor has complied with the provisions of the OSHA Standard for Excavation and Trench Safety Systems, 29: CFR 1926 Subpart P, for work for which payment is requested. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for trench and excavation safety, including all materials, labor, and incidentals necessary to perform the work. Water Main Improvements Kessler Mountain to Cato Springs Road 011025-3 1 12048020 SECTION 011025 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 5 Construction Staking The work required by this item will be paid for at the lump sum (LS) price bid for Construction Staking as shown in the Unit Price Schedule. This item shall consist of all staking necessary, except for initial control staking provided on the plans, to construct the project in conformance with the plans and specifications. This item shall also consist of providing construction staking for preconstruction video and surveying for record drawings. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Engineer, and will be full compensation for providing all construction staking as previously described and all materials, labor, and incidentals necessary to perform the work. 6 Site Work The work required by this item will be paid for at the lump sum (LS) price bid for Site Work shown in the Unit Price Schedule. This item shall consist of temporary and permanent fencing, drive and road restoration, and other site restoration items of any nature which may not be called out in the Unit Price Schedule and are not subsidiary to other bid items. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for site work, including all materials, labor, and incidentals necessary to perform the work. 7 Clearing and Grubbing The work required by this item will be paid for at the lump sum (LS) price bid for Clearing and Grubbing as shown in the Unit Price Schedule. This item shall consist of clearing and removing all vegetation and rocks, including stumps, as required for installation of proposed facilities. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for site work, including all materials, labor, and incidentals necessary to perform the work. 8 4" Topsoil The work required by this item will be measured and paid for at the square yard (SY) price bid for 4" Topsoil as shown in the Unit Price Schedule. This item shall consist of providing 4" of topsoil to establish final stabilization in areas where existing topsoil is not present at locations approved by the Owner or Engineer. Replacement of existing topsoil not stripped and stockpiled and contaminated will not be paid. Topsoil lost from inadequate sediment control measures will be replaced at Contractor's expense. Payment will be full compensation for all materials (including fertilize), labor, and incidentals necessary to perform the work. 9. Erosion Control Matting The work required by this item will be measured and paid for at the square yard (SY) price bid for Erosion Control Matting as shown in the Unit Price Schedule. This item shall consist of providing erosion control matting to establish final stabilization in areas shown on the plans or directed by the Owner or Engineer. Payment will be full compensation for all materials, labor, and incidentals necessary to perform the work. Water Main Improvements Kessler Mountain to Cato Springs Road 011025-4 12048020 SECTION 011025 - MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 10 Water (Dust Control and Seeding) The work required by this item will be measured and paid for at per million gallon (MGAL) price bid for Water (Dust Control and Seeding) as shown in the Unit Price Schedule. This item shall consist of providing either potable or non -potable water for dust control and to establish final stabilization iri areas shown on the plans or directed by the Owner or Engineer. Payment will be full compensation for all materials, labor, and incidentals necessary to perform the work. 11 Seeding The work required by this item will be measured and paid for per lump sum (LS) price bid for seeding as shown in the Unit Price Schedule. This item shall consist of providing seed, mulch, and fertilizer to establish final stabilization along the entire project to comply with the specifications and SWPPP requirements. Payment will be full compensation for all materials, labor, and incidentals necessary to perform the work. 12 Limestone Rip -Rap Bank Stabilization 13 Grouted Limestone Rip -Rap Bank Stabilization The work required by this item will be measured and paid for per square yard (SY) price bid for the stream bank stabilization items above as shown in the Unit Price Schedule. This item shall consist of providing rip -rap, of material type as shown on drawings, at all stream bank disturbances as directed by the Owner or Engineer. Payment will be full compensation for all stone, grout, filter fabric, labor, and incidentals necessary to perform the work. 14 18" DI Water Line (Class 350) The work required by the above listed items will be paid for at the linear foot (LF) price bid for 18" DI Water Line (Class 50) as shown in the Unit Price Schedule. Work performed and accepted under this item will be measured horizontally by the linear foot (LF) along the center of the excavated trench. The measurement will exclude the lengths not installed for fittings, for valves, and elsewhere where pipe is not actually installed. Payment will be full compensation for all excavation, dewatering, backfill (including class 7 backfill), acquisition and transportation of additional backfill materials, fittings except Dl fittings, restraint glands, plugs, detection tape, tracer wire, testing, tracer wire ports, line/valve markers, and all other materials, labor, and incidentals necessary to perform the work. I Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut and rock excavation authorized by the Engineer which will be paid for under a separate pay item. 15 36" Steel Encasement (0.50") The work required by this item will be paid for at the linear foot (LF) price bid for 36" Steel Encasement (0.50") as shown in the Unit Price Schedule. This item shall consist of installing steel encasement pipe as specified at the locations shown on the plans. Work performed and accepted under this item will be measured by the linear foot (LF) from end to end of encasement installed and accepted. However, quantity is not to Water Main Improvements i Kessler Mountain to Cato Springs Road 011025-5 I 12048020 SECTION 011025 - MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) exceed the planned length shown on the Plans unless authorized by the Engineer. Payment will be full compensation for all steel encasement pipe, stabilization, dewatering, casing spacers, casing end seals, and all other materials, labor, and incidentals necessary to perform the work. Excavation beyond the limits for carrier pipe shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut authorized by the Engineer which will be paid for under a separate pay item. Rock encountered during excavation shall be paid for as a separate item. 16 Ductile Iron Fittings (C153) The work required by the above listed item will be paid for at the price bid per pound (LB) of Ductile Iron Fittings as shown in the Unit Price Schedule. This items shall consist of installing Ductile Iron Fittings of the size specified at the locations shown on the plans or as directed by the Engineer. Work performed and accepted under this item shall be measured per pound (LB) of fittings properly installed and accepted by the Engineer. Payment for the weight of fittings will exclude restraint glands. Payment will be full compensation for fittings, swivel adapters, mechanical joint glands, "Mega -Lug" type restrained joint glands, thrust blocking, polywrap, and all other materials, equipment, tools, labor, and incidentals necessary to complete the installation of the fittings. 17 2" Combination AirNacuum Valve The work required by the above listed item will be paid for at the price bid per each (EA) 2" Combination AirNacuum Valve as shown in the Unit Price Schedule. Payment shall be full compensation for the valve in accordance with the detail at locations as shown on the plans and include all other materials, equipment, tools, labor, and incidentals necessary to complete the installation. 18 30"x18" Tapping Sleeve and Valve Work completed under this item shall be measured and paid for by each (EA) tapping sleeve and valve of the size specified on the plans, or as directed by the Owner or Engineer, installed and accepted by the Owner. Payment shall be full compensation for furnishing and/or installing the tapping sleeve and valve with valve box and lid, valve nut extension with set screw, tap, "Mega -Lug" type restrained joint glands, tracer wire, polywrap, thrust blocking, testing, concrete slabs around the top of the valve boxes, and all other equipment, tools, labor, and incidentals necessary to complete the work. 19 Concrete Key Anchor The work competed under this item will be measured and paid for per each (EA) Concrete Key Anchor for water lines on steep grades as shown in the unit price schedule. The work for this item shall include all concrete, framing, reinforcement, and all other work excluding rock and undercut, and for all other materials, equipment, tools, labor, and incidentals necessary to perform the work as shown on the details and as approved by the Engineer and Owner. Water Main Improvements Kessler Mountain to Cato Springs Road 011025-6 12048020 SECTION 011025 - MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 20 Water Mitigation Dam The work required by this item will be paid for per each (EA) price bid for Water Mitigation Dam as shown in the Unit Price Schedule. This item shall consist of installing either bentonite clay or 2 -sack concrete to the dimensions shown on the construction detail at locations directed by the Engineer depending on groundwater encountered. The measurement and payment will be per each water mitigation dam at the location when directed by the Engineer. Payment shall be full compensation for all concrete, clay, excavation, and for all other materials, equipment, tools, labor, and incidentals necessary to complete the work. 21 200 PSI Flowable Fill Work completed under this item shall be measured and paid for per linear foot (LF) of 200 PSI Flowable Fill at locations shown on the drawings in place of bedding material. Payment shall be full compensation for flowable fill, concrete blocks to support water main, equipment, tools, labor and incidentals necessary. 22 Undercut and Granular Backfill The work required by this item will be paid for at the cubic yard (CV) price bid for Undercut and Backfill as shown in the Unit Price Schedule. This item shall consist of undercutting unsuitable materials from the bottom of pipeline trenches or from the bottom of proposed facilities and replacing with select granular fill materials. Work performed and accepted under this item will be measured by the cubic yard (CV) of materials actually removed as directed by the Engineer. Unauthorized undercutting shall not be measured for payment but shall be replaced as directed by the Engineer and at the Contractor's expense. Replacement of material that has become unsuitable by the Contractor's negligence shall be made at the Contractor's expense. Payment will be full compensation for all excavation, backflling, granular fill materials, and all other materials, labor, and incidentals necessary to perform the work. 23 Rock Excavation The work required by the above listed item will be paid for at the price bid per cubic yard (CV) of rock excavated. Material shall be classified as rock if, in the opinion of the Engineer, the material cannot be removed except by blasting, using trenchers with rock teeth, or employing hydraulic hammers to fracture the rock. Said resistance to ordinary removal methods shall be demonstrated to the satisfaction of the Engineer by the Contractor. Rock excavation shall also include the removal of boulders one-half cubic yard or more in volume. The rock shall be excavated to provide clearances below and on each side of all pipe, valves, fittings, and manholes. Every trench or excavation in rock shall be fully opened at least 50 feet in advance of the location where pipe is being laid. Work performed and accepted under this item will be measured by the cubic yard (CV) of rock removed. Measurement shall be performed as follows. Upon encountering the rock, the Contractor shall excavate to the top of the rock. Upon the Engineer's agreement that the material meets the stated criteria to be classified as rock, the Contractor shall then record the elevations of the top of rock. The Contractor shall then Water Main Improvements Kessler Mountain to Cato Springs Road 011025-7 /2048020 SECTION 011025 - MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) excavate to the limits described. Upon the Engineers approval of the excavation limits, the Contractor shall record the elevations and dimensions of the excavation. Elevations shall be based on established control points or temporary bench marks. Said records will be provided to the Engineer for verification of the quantity removed. Pre- and post - removal elevations for trench excavation shall be taken every 20 linear feet or fraction thereof or at definite grade breaks. Pre- and post -removal elevations for manholes, junction structures, etc. shall be taken as necessary to calculate the amount of rock removed. The quantity removed shall be calculated by the average end area method based on the width and depth requirements stated above. Rock excavated in excess of required clearances will not be measured or paid for. The cost of backfilling over excavated areas will be borne solely by the Contractor. Measurement for rock excavation made by blasting when approved shall be approved by Owner and Engineer. Payment will be full compensation for all rock removal, disposal of removed materials, additional bedding materials for areas beyond the excavation limits, dewatering, specialized equipment or materials, and all other materials, labor, and incidentals necessary to perform the work. 24 Concrete Test The work required by this item will be paid for by each (EA) price bid for Concrete Test as shown in the Unit Price Schedule. This item shall consist of testing the concrete samples for air, slump, and strength in accordance with the specifications to determine compliance with the specifications. The measurement and payment will be per each test at the location when directed by the Engineer. 25 Backfill Density Test The work required by this item will be paid for by each (EA) price bid for Backfill Density Test as shown in the Unit Price Schedule. This item shall consist of testing the backfill moisture and density in accordance with the specifications to determine compliance with the specifications. The measurement and payment will be per each test location at the location when directed by the Engineer or Owner's representative. PART 2- PRODUCTS Not Used PART 3- EXECUTION Not Used END OF SECTION 011025 Water Main Improvements Kessler Mountain to Cato Springs Road 011025-8 12048020 SECTION 011325 - CONSTRUCTION VIDEOS PART 1- GENERAL 1.01 SUMMARY: A. This Section specifies administrative and videos. 1.02 QUALITY ASSURANCE: requirements for construction A. Digital recordings may be taken by Contractor personnel provided they are of sufficient quality, clarity, and content to adequately and clearly indicate the status and detail of the Work as well as conditions before and after the construction activities. If the quality and detail of the recordings is not adequate to clearly show the condition and detail of the Work as well as conditions before and after the construction activities. PART 2- PRODUCTS 2.01 VIDEO REQUIREMENTS: Specified in PART 3, this PART 3- EXECUTION 3.01 SITE VIDEO RECORDINGS: A. Contractor shall be responsible for documenting site conditions as follows: 1. Existing Site conditions before Site work is started. 2. Finished Site Conditoins after completion of Work. 3.02 AUDIO / VIDEO TAPE RECORDINGS: A. Audio / video recordings shall be made of the entire Site along the entire construction route showing the condition of the Site or terrain previous to any alterations by Contractor and before disturbing of the Site is started. Existing utilities shall be marked and reference points/construction staking shall be in place before taping begins. A second audio / video recording shall be produced after completion of all construction operations, showing the same view or views as close as possible, to illustrate "before" and "after" conditions. Thislis the responsibility of Contractor. Three days' notice shall be given to Engineer and Owner prior to this Work to allow them to accompany videographer. B. The principal reason for producing video tapes is so that (items such as cracked or broken curbs, pavement, or sidewalks; plugged culverts in driveways; condition of shrubs or lawns) (conditions of site) or other problems along the construction route may be more clearly shown and recorded. This will to some degree preclude the possibility of post construction litigation with property owners adjacent to the Work. C. All required equipment, accessories, materials, and labor for the timely production of this documentation shall be arranged/furnished through Contractor. 1. The audio I video system camera -recorder used shall have the following capabilities and features: a. AudioNideo DVD Format b. Playback capability (in -the -field) with a built-in viewfinder. c. Built-in microphone. I d. 6:1 zoom lens ratio with automatic focusing system and automatic iris. e. Electronic CCD or MOS image sensing system. f. Minimum Required Illumination: 7 lux or less. Water Main Improvements Kessler Mountain to Cato Springs Road 011325 - 1 14048020 SECTION 011325 - CONSTRUCTION VIDEOS (continued) g. Television System Video EIA: 525 lines, 60 fields NTSC color signal. h. Video Horizontal Resolution: Color; more than 250 TV lines. i. Geometric Distortion shall not exceed 1.5 percent of picture height at any point in picture area. 2. The audio I video system shall be capable of producing bright, sharp, clear visual images which render accurate colors free from imperfections and distortions that might obscure recorded information during playback. The simultaneous audio record shall be made directly onto the original tapes, and shall record narration of the videographer clearly and audibly, with adequate volume, free from unnecessary interruptions and distortions that might eliminate recorded information during playback. D. Zone of Influence: Unless otherwise indicated by Engineer or Owner, all surface features located within the "Zone of Influence" shall be documented in these tape recordings. The "Zone of Influence" shall be whichever of the following includes the greatest area. 1. All areas within the temporary construction right-of-ways and grading limits, as indicated on the Contract Drawings. 2. The permanent easement for the completed improvements, as indicated on the Contract Drawings. 3. All areas within 35 feet of the proposed improvements with an additional 20 feet of supplemental coverage in residential areas. 4. All areas within the Project Site. E. Audio I Video Tape Production Procedures: 1. It is required that the audio I video tape recordings be produced while actually walking the construction route or site - NOT through the use of wheeled vehicles. The rate of speed in the general direction of travel of the conveyance used during taping shall not exceed 48 feet per minute in residential areas, nor exceed 100 feet per minute in non-residential areas. Panning rates and zoom -in, zoom -out rates shall be controlled sufficiently such that during playback will produce clarity of the object viewed. The playback picture shall be in focus and be of extreme clarity at all times. 2. All video tape recordings shall display digital information continuously; this information shall include the current time and date, showing the month, day, and year. This information shall be audibly acknowledged by the videographer at appropriate times during recording sequences. 3. Each recording tape shall begin with a visual of the videographer's name or business trademark, followed by the current date and time on digital display, plus audible (and visual, if possible) indication of Contract name and numbers, municipality, name of Contractor, and other pertinent information. Thereafter, each recording sequence shall begin with the current time and date, followed by the location of the videographer, direction of view, and description of the scene being recorded. Continuous updates of this information, plus other pertinent comments, shall be given throughout the recording sequence. Such audio and video records shall include, but not be limited to, conditions of existing pavement, curbs, sidewalks, driveways, culverts, headwalls, retaining walls, ditches, roadways, mailboxes, fences, trees, shrubs and landscaping, major structural conditions of residences and commercial buildings, fences, signs, headwalls, general terrain, and similar items. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged areas, or as may be required by Engineer or Owner. 4. Representatives of Engineer and Contractor shall accompany the videographer during recording sessions, to assist with location of the Water Main Improvements Kessler Mountain to Cato Springs Road 011325 - 2 14048020 SECTION 011325 - CONSTRUCTION VIDEOS (continued) F. alignment and areas of construction activity, and identification of items and conditions to be recorded. A log sheet showing the recording sequences shall be maintained and shall list the start and stop time 1 date for each sequence, plus a brief description of the areas documented. The end of each recording tape shall include a visual record of the original log sheet to preserve this information in the event 'of loss or damage. 5. All recordings shall be completed during periods of adequate lighting and visibility. Sufficient lighting must be available to provide proper illumination of shadowed areas, and proper exposure adjustments shall be made where required. No taping shall be completed during precipitation, mist, fog, or when more than 10% of the ground surface has snow cover. 6. Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, may be located by reference. 7. Original audio / video tape recordings shall be furnished to Owner and a copy furnished to Engineer before the start of any construction. One copy shall be retained by Contractor. 1 8. Any portion of the videotape recording not conforming to the Specifications will be rejected. 9. Any taped coverage not acceptable to Owner shall be refilmed at no additional cost to Owner within five (5) days after notification of taping inadequacy. Ownership and Authenticity of Original Tapes: 1. All original audio I video tape recordings shall become the property of Owner, plus one duplicate of each shall be provided to Engineer. Each tape shall be provided in a protective sleeve or case, identified as to Contract name and number, production date of original recording, name of Contractor, and videographer's name or trademark. A legible copy of the log shall be included. END OF SECTION 011325 Water Main Improvements Kessler Mountain to Cato Springs Road 011325- 3 14048020 • • • • • • • STANDARD SPECIFICATIONS FOR • DESIGN AND CONSTRUCTION OF WATER LINES • AND SEWER LINES • • • • • • • • • • • • ttv!lle • ARKANSAS • • • • • • • • • • • • • • 2012 EDITION • • • Title.doc • • The 2012 Standard Specifications for Design and Construction of Water Lines and Sewer Lines was prepared by the Utilities Department of the City of Fayetteville. Title.doc 2 i TABLE OF CONTENTS SECTION 1000 1100 1200 20O0 2100 2200 2300 3000 3100 3200 3300 3400 3500 3600 4000 4100 4200 5000 5100 5200 5300 6000 6100 6200 TITLE Title Pages Table of Contents General Requirements and Procedures General Design Standards — Water General Design Standards — Sewer Trench Safety Erosion and Sediment Control Site Preparation Excavation, BackfiIling, and Compacting Sewer Pipe, Fittings, and Materials Installation of Sewer Pipe, Fittings, and Materials Installation of Sewer Service Lines Manholes Steel Encasement Pipe Sewer Pump Stations Cast -In -Place Concrete Water Pipe, Fittings, and Materials Installation of Water Pipe, Fittings, and Materials Water Line Pressure Reduction Procedures Sewer Line Cleaning Sewer Line Television Inspection Inspection and Testing of Sewer Lines, Man1 Toles Inspection and Testing of Water Lines and Servic Pavement Repair Lawn and Grass Restoration Reporting Forms Standard Details — Separate Document NO. OF PAGES n 16 14 2 10 4 10 10 12 8 12 6 14 4 14 18 4 4 4 and Service Lines 8 Lines 6 6 8 20 TOC.doc 1 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF TABLE OF CONTENTS TOC.doc 2 S • SECTION 1000 • • GENERAL REQUIREMENTS AND PROCEDURES PART 1- GENERAL • • 1.01 WORK INCLUDED • A. These Specifications for water design and construction are provided to outline the City of Fayetteville's procedures and minimum criteria for the design and • construction of water and sewer lines within the City of Fayetteville, Farmington, • Greenland, Goshen, Johnson, and all other areas within the City of Fayetteville's water and/or sewer distribution and collection systems. Throughout this document, the name City of Fayetteville shall apply for all entities in the City • of Fayetteville Water and/or Sewer Serviceareas. • • B. The City Engineer's office is responsible forlthe issuance of construction permits i for the installation of all water and sewer .facilities constructed in the City of Fayetteville. Water and sewer facilities shall be designed and constructed in • accordance with these Specifications. • C. A preconstruction meeting shall be held before initializing work. One full set of construction drawings shall be provided to the Water and Sewer Department • before work begins. • • D. These Specifications set forth the minimum criteria for the design and all work in connection with the construction of water and sewer lines within the jurisdiction • of the City of Fayetteville including the entire system and its appurtenances from • the water distribution system to the point of connection at the water meter and the • entire sewerage system and its appurtenances from the point of connection with r 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 by the City of Fayetteville may be issued periodically and will be distributed and w 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. E. 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. • • I00o.doc 1 • F. The Owners of the project shall be responsible for procuring all necessary permits and licenses, paying all charges and fees, acquiring and recording all easements and giving all notices necessary and incidental to the work. G. 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 Fayetteville shall be given a minimum of forty-eight (48) hours notice prior to the commencement of construction projects for observation purposes. Notice shall be given no later than 10:00 a.m. the day prior to the activity requiring observation. H. 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. 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. J. 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. K. Questions and comments concerning theses Specifications should be directed to the City Engineer's Office, 125 W. Mountain St., Fayetteville, Arkansas, 72701 (479) 575-8206. WI) i1l : IP4IIiKf1 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 B. Five hard copies, and one PDF copy of submittal documents must be sent to the Engineer. C. The Engineer of Record shall submit permitted submittal documents to the City of Fayetteville before releasing them to the contractor. Legible scanned copies will be permitted for review. The City of Fayetteville reserves the right to make corrections as necessary Ito ensure compliance with these specifications. D. Construction procedures other than those outlined in these specifications shall be submitted for approval of the City of Fayetteville. E. 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. F. A minimum review time of two (2) weeks shall be required on all submittals. 1.04 MAINTENANCE BOND A. Once the City accepts the project for ownership, the Owner shall be responsible for the provision to the City of a two (2) year maintenance bond for 50 percent of the construction cost of water lines and sewer lines, which shall cover defects in materials and workmanship. A walk-throughIshall be performed at the end of the two year period and all deficiencies corrected prior to release of the bond. City maintenance shall begin after expiration of the Two (2) year Maintenance Bond. B. If installation of water lines and sewer lines project that includes other public works imj etc., then the maintenance bond shall be sup the percentage of construction as outlined in in conjunction with a development •ovements such as streets, drainage, lied for a period of two (2) years at ie current City Ordinance. I 000.doc 3 • (THIS PAGE INTENTIONALLY LEFT BLANK) a • END OF SECTION 1000 S • • S w S a S • f i • • i i • i • • • • i • i • 1000.doc 4 SECTION 1100 GENERAL DESIGN STANDARDS - WATER PART 1— GENERAL A. Construction permits shall be obtained from the City Engineer's Office for the installation of all water facilities connecting to Fayetteville Water System in accordance with the City Ordinance. Water lines shall be designed and installed in accordance with the Standard Specifications for Design and Construction of Water Lines and Sewer Lines. 1.01 PROTECTION OF EXISTING WATER SYSTEM A. Only authorized personnel from the City of Fayetteville Water & Sewer Department are permitted to operate valves on the existing water system. Under no circumstance shall the Contractor operate any valve on the existing water system. 1.02 WATER LINE MATERIALS A. Materials for water line mains up to and including 12 -inch shall be PVC. B. Ductile iron pipe shall be used for all fire lines, fire hydrant connections, and all pipe greater than 12 -inches in diameter. C. All buried iron pipe, valves, and fittings shall be double poly wrapped in accordance with these specifications. I 1.03 REQUIREMENTS TO EXTEND WATER SERVICE A. All new development of any kind shall be required to extend water services to that development at the owner's; expense. Water lines shall be extended to each property to be served by City of Fayetteville water. This includes all new developments, infill projects, and lot splits. Water service shall include providing adequate domestic water flows as well as fire protection with hydrants spaced in accordance with the local and state fire codes. B. Water service lines shall extend perpendicular to the water main and extended to the property being served where an appropriately sized water meter will be installed. C. On subdivision or large scale development water systems, water lines shall be extended through all the development to the property line so that future development(s) can tie on without disrupting the service to or property of any existing customers or owners. Dead end lines shall be avoided whenever nossibleJ 1100.doc D. All water lines with dead ends shall be installed with an upstream valve, one full joint of ductile iron pipe with a MJ restraining gland, concrete anchor collar, a MJ cap with restraint, and a blow off assembly. The seat of the MJ restraining gland on the ductile iron pipe shall face the valve. E. Developments shall tie to the existing water system at a minimum of two locations to maintain water quality and maintain water service in the event of a water line break in the immediately vicinity. An inline valve shall be installed on the existing water line between the two points of connection if one is not currently installed. Water line extensions shall be required off the development to loop with the existing water distribution system. Construction of such extensions shall be at the expense of the developer. F. At other locations easements may be required to facilitate future extension of lines to adjacent properties. G. The requirements to extend water service and provide lines adequate for both domestic and fire demands shall apply to all subdivisions regardless of whether they are inside the City Limits or not. Where subdivisions are outside the City Limits, the placement of fire hydrants shall be optional and in no case shall hydrants be installed outside the City unless a) a fire flow of at least 500 gallons per minute can be obtained at the hydrant, and b) the residents being served by the hydrant have a contract for fire protection with the City of Fayetteville and/or with a Washington County Rural Fire Department having a mutual aid agreement with the Fayetteville Fire Department. 1.04 MINIMUM SIZE OF WATER LINES A. The minimum sized line that may be installed in the water system is eight (8) inch. This is required even if the line is being extended from an existing line that is smaller than six (6) inches. Two (2) inch lines p y be approved for cul-de-sacs provided the line could not be reasonably extended in the future to provide service to adjacent property and where a larger line is not needed to provide either fire protection or adequate domestic flows. Refer to Paragraph 1.21— Fire Hydrant Spacing and Placement. B. The minimum line size requirement for the provision of fire protection shall be a looped 8 -inch line or, in the event of a dead end line, an 8 -inch. This minimum requirement shall apply regardless of the theoretical flow capacities existing in the system. Lines larger than 8 -inch may be required if they are needed to provide domestic and fire flow demands for a development. C. The latest Water System Study has recommended a twelve (12) inch water line grid not to exceed a spacing of 1/2 of a mile in both the north -south and east -west direction. In the event that the maximum size water line for a development is eight (8) inches, the City may participate in "cost sharing" for the installation of twelve (12) inch water lines as recommended by the latest Water System Study. The extent of the "cost share" will be for material differences only between 8 -inch and 12 -inch piping, fittings, and valves. Refer to Paragraph 1.08 — City Participation in Water Line Costs. I I 00.doc 2 1.05 WATER SERVICE LINES A. Water service connections shall be made on 12-inch and smaller water lines. B. Service lines serving single meter sets and double meter sets shall be 1 -inch HDPE tubing in accordance with these specifications. C. In areas where it is determined by the City Engirt eer that installation of irrigation systems is likely, service lines that cross roads and serve double meter sets shall be 2" services ending in a 2" x 1" x 1" x 1" splitter. The middle leg of the splitter shall feed the double meter set, with the other two legs containing a ball valve, and being intended to serve future irrigation meters. The meter box shall be no greater than two feet from the splitter. D. Service lines serving 1-1/2 inch and 2 -inch meter sets shall be 2 -inch HDPE tubing in accordance with these specifications. E. Water services lines installed across city streets shall be encased back of curb to back of curb, or state highway right-of-way to right-of-way. 1 -inch lines shall be encased in 1-112 inch HDPE SDR9 tubing. 2 -inch lines shall be encased in 3 -inch HDPE SDR9 tubing. F. Service lines serving 3 -inch and large meter sets shall be PVC in accordance with these specifications. 1.06 WATER METER SIZE A. Water meters serving flows up to 10 gpm continuous (15 gpm intermittent) shall be 5/8" water meter. B. Facilities that use flush valve style (tankless) toilets shall use a minimum 1" water meter. C. Water meters serving flows up to 25 gpm continuous (40 gpm intermittent) shall be 1" water meter. D. Water meters serving flows greater than 25 gpm continuous shall be approved by the City of Fayetteville Meter Department during the plan review process. 1. For reference only, meter flow ranges may be as follows: a. 1-1/2" meter up to 65 gpm continuous (100 gpm intermittent) b. 2" meter up to 150 gpm continuous (200 gpm intermittent) c. 3" meter up to 350 gpm continuous (500 gpm intermittent) d. 4" meter up to 800 gpm continuous (1000 gpm intermittent) 1100.doc 3 I 1.07 BACKFLOW PREVENTION A. The City of Fayetteville water distribution system shall be protected from the possibility of backflow by the use of a reduced -pressure principal backflow prevention assembly (RP), a double check valve assembly (DC), or an air gap in accordance with the Arkansas State Plumbing Code (ASPC), latest edition. B. The City of Fayetteville Water & Sewer Department shall review and sign off on all proposed backflow prevention installations. C. The following is a partial list of facilities which ordinarily will require a reduced - pressure principal backflow prevention assembly (RP) or an air gap in accordance with the ASPC, latest edition. Requirements are based upon the degree of hazard afforded the public potable water system. I. Automatic car washes. 2. Auxiliary water systems (interconnected with the public water system). 3. Exterminators and veterinary clinics. 4. Facilities with boilers, condenser water or chilled water systems. 5. Fire systems containing chemical additives. 6. Hospitals, medical clinics, dental clinics, health clinics, sanitariums, morgues, mortuaries, autopsy facilities, nursing and convalescent homes. 7. Irrigation systems and lawn sprinkler systems. 8. Laboratories (industrial, commercial, photography, medical and school.) 9. Commercial laundries. 10. Radiator and battery shops. 11. Restricted, classified or other facilities closed to inspection. 12. Sand, gravel and concrete plants. 13. Wastewater treatment plants, pump stations and storm water pumping facilities. 14. Commercial swimming pools. 15. Commercial farms using pesticides and herbicides. 16. Establishments holding livestock for sale or slaughter including cattle, horses, hogs, poultry, emus, ostriches, llamas, rabbits, etc. 17. Others (with suspected high hazards). D. The following is a partial list of facilities which ordinarily will require a minimum of DC or an air gap in accordance with the ASPC, latest edition: 1. Tall buildings (over four stories) or any buildings with water booster pumps. 2. Beauty parlors and barber shops. 3. Hotels and motels. 4. Restaurants, cafeterias, fast-food marts and other food handling facilities. 5. Fire sprinkler systems (without chemicals). 6. Others (with suspected medium hazards). i 100.doc 4 1.08 WATER SYSTEM STUDY 1.09 A. The City's latest Water System Study shall be the primary basis for decisions made in regard to required line sizes, water line locations, location of water pump stations, water tank sizes and location, and any other matter' elating to the water distribution system. B. The City Engineer shall have the discretion t o alter these requirements. CITY PARTICIPATION IN WATER LINE COSTS A. In cases where the City desires to have a larger sized water line in place than is required under Paragraph 1.03 of these Specifications, the City may enter into an agreement with the developer to provide for the construction of the larger sized line. B. In that event, the City shall be responsible for the difference in material costs only between the size line required for the developer and the size line desired by the City. The City shall not be responsible for any engineering cost associated with the up -sizing unless the larger size line is more than 12L inches in diameter. The City shall not narticinate in the cost of an 8 -inch or smaller line. excent that the City may consider in a non -development situation. C. The cost involved in up -sizing shall be determined by the developer's engineer by the taking of bids, and shall be approved by the City Engineer and by the City Council. 1.10 EASEMENTS A. For water lines that are up to 10 feet deep, easements shall be at least 20 feet in width with the water line in the center of the easement. For water lines that are greater than 10 feet deep, easements shall be 1 foot per foot of depth to the bottom of the pipe on each side of the water line. The easement may be designated specifically for water line purposes or it may be a general utility easement. B. Lines sized 12 -inches through 18 -inches shall not be placed in easements of less than 25 feet. Lines larger than 18 -inches shall be placed in an easement of no less than 30 feet. Wider easements may be required, depending on the specific circumstances involved. C. New developments that contain existing water lines must modify the existing easements as necessary to meet the above requirements for widths in relation to pipe location and size, including increasing the size of the easement if proposed fill will cause the depth of bury to exceed ten feet. I D. Easements of a lesser width will be considered when adjacent to another easement or under other special circumstances. II00.doc 5 1.11 PERMITS A. All permits required to accomplish the work shall be the responsibility of the owner or engineer. Such permits may include but are not limited to permits for work within Highway Department R/W, railroad crossing permits, "Notice of Intent" for Erosion Control (Arkansas Department of Environmental Quality) Drainage Permit, Grading Permit, and a "No Charge" tapping permit for fire service lines. Work shall not be started without the appropriate permit(s) in place. 1.12 APPROVAL OF WATER EXTENSION PLANS A. Detailed plans and specifications shall be required for all extensions and shall be prepared by a professional engineer registered to do business in the State of Arkansas. B. The plans and specifications shall be first approved by the City Engineer and then shall be forwarded to the Arkansas Department of Health by the Engineer of Record for their approval. In no case shall any water line construction be allowed before the City has written approval from the Arkansas Department of Health. C. Private lines constructed for fire prevention purposes which have no metering device or backflow prevention device at the point of tie-in to the City main shall be treated as a public line and be subject to these specifications as far as engineering, construction techniques, materials, testing, and inspections are concerned. After a final inspection and acceptance of the work, the line shall be owned and maintained by the owner of the property it serves. D. No construction of any kind may begin without an erosion control plan on file with the City in accordance with the City's Excavation and Grading Ordinance. The erosion control measures (straw bales, silt dams, silt ponds, etc.) must be in place in the field prior to construction. For projects that require a permit, it is the responsibility of the contractor to have on file with the Arkansas Department of Environmental Quality a "Notice of Intent". E. Written notice of the intent to begin construction must be given to the City no less than three (3) days nor more than ten (10) days prior to the construction start date. A pre - construction conference involving the Engineer of Record, Contractor, and the City is required prior to beginning construction. 1.13 LOCATION OF WATER LINES A. Water lines shall be placed on public streets either in the right of way or in an easement adjacent to the street right of way except that lines can go between lots when there is no other reasonable way to access a line or provide for future service. In no case shall lines intended for individual services be placed in the rear of lots or along back property lines. II00.doc 6 B. Water lines shall be located a minimum of 36 -inches from any other parallel utilities or structures. 1.14 LOCATION OF WATER METERS A. Water meters shall be located in non -paved areas and readily accessible to the Meter Department without going through fences or gates. B. Water meters shall be free of obstructions for a minimum of a 3 -foot radius from the center of the water meter box. C. Water meters shall be located on the Owner's side of the property line (edge of easement or right-of-way). D. Double meter sets shall be located on the common property line between the two properties being served. 1.15 VALVE MARKERS A. In all rural settings except those in cleaned yards, when valve boxes, bends, air release valves, blow -offs, meter boxes and other similar hardware are installed in an easement location, water system marker signs shall bet installed so that the items may be more easily found. 1.16 WATER LINE DEPTH A. Minimum depth to the top of pipe for all water main lines shall be 3.0 feet. B. Minimum depth to the top of pipe for water lines 18 -inches and greater shall be 4.0 feet. C Maximum water line cover shall be 5.0 feet under normal conditions. Cover greater than 5.0 feet shall be allowed for short distances where required by field conditions and approved by the City. D. Minimum depth of all water service lines from the main to the water meter shall be 30 - inches. 1.17 WATER PRESSURE A. The water distribution system shall be designed to maintain a minimum working water pressure of 45 psi at the water meter. B. Design of new construction that results in less than 45 psi working pressure at the water meter shall be approved by the City Engineer on a case by case basis. C. Under no circumstances shall the working pressure of the water distribution system be below 20 psi. I 1100.doc 7 1.18 VELOCITIES A. Velocities in the water distribution system shall be sized such that velocities will be no greater than five (5) feet per second during normal operation conditions. B. Velocities during fire flow conditions shall not exceed ten (10) feet per second. 1.19 VALVES A. Valves for 2 -inch through 12 -inch water distribution shall be resilient seat gate valves. B. Valves 14 -inch and larger shall be butterfly valves. C. Valve spacing in the water distribution system shall not exceed 500 feet in commercial areas, or more than one block or 800 feet in all other areas. D. Valves at "tees" shall be such that a valve is located immediately adjacent to each leg of the "tee." E. Valves shall be located on each side of a major stream crossing along with leak detection. 1.20 90 DEGREE BENDS A. Ninety degree (90°) bends shall only be used on a by -exception basis, and must each be specifically approved by the City. Forty-five degree (45°) bends separated by a twenty- four (24) inch swivel adapter shall be used in locations where 90° bends would otherwise be considered. 1.21 FIRE FLOW DESIGN A. Fire flow design for single family dwellings and duplexes shall be 1,500 gpm for a duration of two (2) hours. B. Fire flow design for apartment complexes, commercial structures, and industrial structures shall be as outlined the International Fire Code, latest edition. 1.22 FIRE HYDRANT SPACING AND PLACEMENT A. Fire hydrants for single family dwellings and duplexes shall be installed so that (1) the distance between two consecutive fire hydrants does not exceed 500 feet, and (2) no lot is more than 250 feet from a fire hydrant. B. Fire hydrants in areas for apartment complexes, commercial structures, and industrial structures shall be installed so that the distance between two consecutive fire hydrants does not exceed 400 feet. The Fire Chief shall have the authority to require additional fire hydrants upon a determination that such additional fire hydrants are necessary to provide adequate fire protection as outlined in the International Fire Code, latest edition. 1100.doc F C. Fire hydrants shall be free of obstructions for a minimum of a 3 -foot radius from the center of the fire hydrant. Fire hydrants shall be placed outside of any fence. 1.23 FIRE LINES A. Fire lines, backflow prevention, and FDC shall be installed and inspected the same as water lines. B. Fire lines shall be constructed of ductile iron pipe and shall be double poly wrapped. C. All valves on fire lines shall have the word "FIRE" on the valve box lid. D. All valves for fire lines shall have the word "FIRE" on the valve box lid, this includes the valve on the water main. Post indicator valves shall be installed on all fire lines to demarcate ownership. Post indicator valves shall match the valve manufacturer. 1.24 AIR RELEASE VALVES A. Air release valves shall be required on uphill, dead-end lines or on other specific applications to protect the water distribution system at the discretion of the City Engineer or Water/Sewer Maintenance Superintendent. 1.25 STEEL ENCASEMENTS A. Water lines under culverts, creeks, concrete channels, retaining walls, or other difficult and/or dangerous to maintain areas shall be encased in a smooth steel encasement pipe. The steel encasement shall extend 5 feet either side of the area. B. Water lines through steel encasement shall be installed with three spacers per joint such that the spacers are equally spaced along the length of the pipe. C. Self -restraining gaskets (DIP only) or bell restraints shall be used for all joints inside the encasement pipe and for the first joint in each direction outside the encasement pipe. D. End Seals shall be used on all encasement pipes. E. Ductile iron water pipe shall be used in situat: required on either side of the steel encasement field conditions. Additional joint restraints required as directed by the City. �s where fittings other than a "tee" are change direction or overcome varying id the use of anchor collars shall be > 100.doo 9 1.26 PLANNED WATER OUTAGES A. Under no circumstances shall water be shut off to any active service in the course of new construction without written permission from the City of Fayetteville Water & Sewer Department. If water pressure needs to be reduced to facilitate construction, a preconstruction meeting shall be held. The work shall be performed as described in Section 4200 — Water Line Pressure Reduction Procedures. 1.27 PROTECTION OF WATER SUPPLIES A. There shall be no physical connections between a public or private water supply system and a sanitary sewer or appurtenances thereto which would permit the passage of any polluted water into the potable supply. Sanitary sewers shall be laid at least ten (10) feet horizontally from any existing or proposed water line. The distance shall be measured edge to edge. In cases where it is not practical to maintain a ten (10) foot separation, the appropriate reviewing agency may allow deviation on a case -by -case basis if supported by data from the design engineer. Such deviation may allow installation of the sewer closer to a water main provided that the water main is in a separate trench or on an undisturbed earth shelf located to one side of the sewer, and at an elevation so the bottom of the water main is at least 18 -inches above the top of the sewer. B. Sewer lines installed under a water line must have a clear distance between pipes of at least eighteen (18) inches. C. 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. D. 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 (20) feet of watertight encasement pipe, centered over the point of crossing. Crossings that are not perpendicular will require more than twenty (20) feet of encasement. The encasement shall extend a minimum of ten (10) feet perpendicular from the outside edges of the line that is not being encased. The ends of the encasement pipe shall be sealed watertight. Refer to Section 3400 — Steel Encasement Pipe for end seals. 1.28 EXISTING UTILITY STRUCTURES AND FACILITIES A. The drawings shall show the location of overhead and underground utility lines and existing water and sewer lines according to the best information presented and available. Drawings shall be submitted to the utilities and shall have indicated to the best of their records the locations of their facilities and the route of the proposed water line. 1.29 UTILITY COORDINATION A. It is the responsibility of the Owner or his authorized representative to coordinate with and get approval from the various UTILITIES, including other Departments of the City. 1100.doc 10 Further, it is the responsibility of the Owner • other utilities' easement(s) and secure such rc • dedication of the water system. 1.30 DRAFTING STANDARDS A. GENERAL get authorization to encroach upon any rded encroachment as a requirement for These standards have been established for the purpose of ensuring uniformity in the design and drafting techniques of projects to be submitted for review and acceptance. 1. All projects submitted shall have a title sheet which shall include: a. General overall area map; b. Vicinity location map; c. A site plan map detailing the project; d. Name/title of project including section number if applicable; e. Owner and Engineer's name; and f. Professional Engineer's seal and signature. 2. All plan and profile sheets are to be certified and dated by a professional engineer of the State of Arkansas. 3. All sheets are to be numbered, with tc of 12. 4. Include detail sheet(s)/specification 5. Design drawings shall be 22 -inch by B. SCALES The following scales for drawings are 1. Plan and profile: variable; not to 1 " = 50' horizontal 1" = 10' vertical number of sheets included; i.e., sheet 4 t(s), as applicable. inch, or 24 -inch by 36 -inch. 2. Cross sections: 1 " = 10' horizontal and vertical. C. LETTERING Minimum sizes for lettering shall be: 1. Titles: 114" or larger. 2. General: 1/8" or larger. 1100.doc 11 C E. F MATERIALS High quality bonded paper shall be used for all originals and reproduction "originals" to be submitted as record drawings. Any drawing deemed not usable by the City Engineer will be rejected. ORIENTATION Drawings shall be situated so that north is either toward the top or toward the right side of the sheet. The north arrow shall be clearly visible. PLAN AND PROFILE DRAWINGS All plan sheets shall include the following information when applicable: 1. A north arrow; 2. The scales used; 3. Project name and number, sheet number, date drawn, date and nature of revisions; 4. All topography in the area affected by construction; 5. Right-of-way lines, property lines and easements; 6. Locations of benchmarks and their descriptions; 7. Locations of all existing and proposed utilities in the project area; and S. Match lines shall be easily identifiable. All profiles shall include the following: 1. Existing and finished grade lines; 2. Size and type of pipe; 3. Elevations to USGS datum; 4. Profile of existing and proposed utilities; and 5. Special construction required due to unfavorable soil conditions. G. USE OF STANDARD SYMBOLS AND NOTATIONS 1. Water plans shall be prepared using standard symbols and notations commonly used in the practice of civil engineering. If necessary, legends shall be provided to define the symbols used. 2. At a minimum the following symbols shall be used: a. FH — Fire Hydrant b. WM — Water Meter c. GV — Gate Valve d. BFV — Butterfly Valve e. WV — Water Valve (unknown type) f. WL-x — Water Line where x identifies diameter in inches g. SS -x — Sewer Line where x identifies diameter in inches h. FL -x — Fire Lines where x identifies diameter in inches 1100.doc 12 1.31 RECORD DRAWINGS A. DATUM REQUIREMENTS 1. Horizontal Datum: NAD83 (1986) (Grid System). 2. Vertical Datum: NAVD88 (feet) B. TOLERANCES C. D. 1. Horizontal: +/- 0.5 feet 2. Vertical: +/- 0.05 feet State Plane, North Zone, US foot Water drawings submitted as record ("as -built") drawings shall indicate the location where the water line was installed and have the following items surveyed during/after construction and shown on the drawings: 1. Fire hydrant, location and top operating nut elevation 2. Water valves, location 3. Water fittings, location 4. Water service saddle, location 5. Water service saddles used for testing, location 6. Water meters, location 7. Tapping sleeves, location 8. Any other pipe penetrations, location 9. Steel encasements, location 10. Details shall be provided for all vertical offset water lines, profile drawing Manufacturing data shall be collected for pipe, valves, and hydrants as follows: 1. Pipe a. Manufacturer b. Material (DI or PVC) c. Diameter d. Production run code or lot code 2. Valves a. Manufacturer b. Model number c. Year manufactured d. Type (gate, butterfly, ball) e. Diameter 3. Hydrants a. Manufacturer b. Model number c. Year manufactured d. Depth of bury, including i i oo.doc 13 E. All sheets shall have the phrase "as -built" or "record drawing" boldly printed on them with the as constructed date, and shall be stamped and signed by a professional engineer registered in the State of Arkansas. Record drawings shall be submitted in hard copy, .dwg electronic format, and .pdf electronic format. 1.32 INSPECTIONS AND TESTING PROCEDURES A. All field tests required for a project shall be witnessed by the City in the presence of the Engineer of Record or his authorized representative and the Contractor. The City representative shall be one of the Public Works Construction Inspectors. B. The City requires a 24 hour working day notice on all tests. Calls to the City for the purpose of setting test times shall be made by no later than 10:00 AM for test on the following work day. C. Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot be reasonably scheduled so that a representative of the City can be present, the Engineer of Record will witness the test and certify to the City the results. D. In no case shall a test be made without the presence of the Engineer of Record and the Contractor. It is the responsibility of the Engineer of Record and/or the Contractor to coordinate the scheduling of tests with the City and with the other parties involved. E. The tests generally associated with water line construction are: I. Pressure testing of tapping sleeve installations 2. Pressure testing of lines after installation 3. Disinfection 4. Bacteriological (Bac-T) testing 5. Fire hydrant flow testing 6. Trace wire continuity testing F. Generally, no Contractor or Engineer of Record involvement is required in the taking of samples for the Bac-T test except that the Contractor is responsible for the proper flushing of the line prior to samples being taken by the City. However, the City may require the presence of the Contractor or Engineer of Record when questions have been raised as to the methodology or techniques used in the sampling process. G. Bac-T samples are sent to the State Department of Health for testing. Results obtained by the City shall be forwarded to the Engineer of Record either by email, fax, or mail upon receipt by the City. H. Lines failing the Bac-T tests shall be re -sampled as soon as practicable. If a line fails two (2) consecutive Bac-T tests, the line must be re -chlorinated before Bac-T samples can be taken again. The City shall not be responsible for rescheduling Bac-T tests. 1100.doc 14 I. The fire hydrant test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This shall be done after the pressure test has been completed. The fire hydrant valve shall be left in the open position during the test and after the test is completed. ! J. All equipment, materials, and labor required for testing shall be furnished by the Contractor at his expense. 1.33 FINAL ACCEPTANCE BY THE CITY A. The City will be deemed to have accepted water lines and appurtenances for ownership upon completion of the following. I 1. Acceptable Final Inspection by the following: a. A representative of the City Engineer's Office b. A representative of the Fayetteville Water and Sewer Department c. The Engineer of Record d. The Contractor 2. Acceptable walk-through by the Meter Foreman for location, grade, and condition of water meter settings 3. Construction Cost is received by the City 4. Two sets of Record Drawings are received by the City 5. Engineer of Record Certification is received by the City 6. Letter of Acceptance is granted by the City B. No water meter shall be set until all final acceptance requirements are met and the line is accepted in writing by the City. 1.34 APPLICABILITY A. These regulations and requirements contain( applicable to all land or parcels of land bein residential use. The material and constructs water line construction under the control of in these Standard Specifications shall be developed for commercial, industrial, or i specifications shall be applicable to all e City of Fayetteville. i loo.doc 15 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 1100 S S • • S S • i 1100.doc 16 SECTION 1200 GENERAL DESIGN STANDARDS - SEWER PART 1— GENERAL A. Construction permits shall be obtained from the City Engineer's Office for the installation of all sanitary sewer facilities discharging into the Fayetteville Sanitary Sewer System in accordance with the City Ordinance. Sanitary sewer facilities shall be designed and installed in accordance with the Standard Specifications for Design and Construction of Water Lines and Sewer Lines. I 1.01 REQUIREMENTS TO EXTEND SEWER SERVICE A. All new development of any kind shall be required to extend sewer services to that development at the owner's expense. Sewer lines shall be extended to each property to be served by City of Fayetteville sewer. This includes all new developments, infill projects, and lot splits. I B. Sewer service lines shall extend perpendicular to the sewer main and extended to the property being served. 1.02 DESIGN CRITERIA A. GENERAL All sanitary sewers shall be designed to carry the estimated flow from the area ultimately contributing to the respective reach of the sanitary sewer. The required capacity shall either be established by the City or at the City's option by means of a basin study developed by the Owner or his authorized engineer/designer. In no instance shall a gravity sewer, other than a building sewer, be less than eight (8) inches in diameter. The following design standards for gravity s Iwers within or contributing to the City of Fayetteville Sanitary Sewer System have been established: 1. Population Density Population density shall be in accordance with the Comprehensive Plan for Fayetteville projected by the Division of Planning for the City of Fayetteville or actual count or character of proposed development, whichever is greatest. 2. Average Family For the purposes of design the average family unit is considered to be 3.0 persons per single family home. 1200.doc 1 3 4. Design Flow The design of all sanitary sewer facilities shall be based on future area population growth and land development characteristics and figures provided by the Department of Planning including the servicing of existing contiguous developed areas not currently served by sanitary sewers. The values of Average and Peak Flow and Design Population hereby shall be the values which include the future flows and population. The City reserves the right to review and determine the appropriateness and/or applicability of the estimated flow volumes provided. The following shall be used as a guide: a. Average Design Flows 1) Single Family Residential: The average design flow for single family dwellings shall be one hundred (100) gallons per person per day. 2) Commercial/Industrial/Institutional: Based upon information either submitted by the Owner or developed by the City. These flow volume guidelines may be modified at the City's discretion. b. Peak Design Flow 1) Single Family Residential: The peak design flow for a single family development shall be calculated as follows: Peak Flow = (Avg. Flow) 18 + l 4+,� Where P is equal to the total Design Population in thousands. 2) Commercial/Industriallnstitutional: The peak design flow from commercial, industrial or institutional developments shall be the average daily flow determined multiplied by 2.5. The peak design flow shall not be less than 90% of the peak water demand or exceed the flow limits of the water meter supplying the facility. Design Capacities: Collector and trunk sewers shall be designed on the following basis: a. Collector Sewers Twelve (12) Inches and Smaller Peak design flow capacities shall be based on sewers flowing two-thirds (2/3) full. 1200.doc 2 b. Trunk Sewers Fifteen (15) Inches and Larger Peak design flow capacities for�trunk or interceptor sewers shall be based on sewers flowing 90% full, without head, using the design population density and appropriate land use determined by the Division of Planning; and shall include an allowance for infiltration which will be reviewed on a case -by -case basis and is subject to the approval of the City. 1.03 MINIMUM PIPE SIZES AND STANDARDS A. PIPE DIAMETER 1. The required diameter of gravity sewers shall be determined by Manning's formula using a roughness coefficient, "n" of 0.013 or the pipe manufacturer's recommendation, whichever is greaten The minimum pipe diameter for gravity sewers lines shall be eight (8) inches. B. MINIMUM SLOPES AND VELOCITIES 1. All sanitary collector and trunk sewers shall be designed and constructed to provide a minimum velocity when flowing full of two (2) feet per second. The slope of the sewer pipe shall be such that these minimum velocity requirements are attained. The minimum acceptable slopes for the design and construction of sanitary sewers are as follows: � 2. THESE ARE MINIMUM SLOPES I REQUIRED OF THE DESIGN. AS CONSTRUCTED SANITARY SEWERS FOUND TO HAVE LESS THAN THIS MINIMUM SLOPE SHALL NOT BE ACCEPTED. Pipe Size* Minimum Slope (inches) (Feet per 100 Feet, %) 8 10 12 15 18 21 24 and greater *4" and 6" lines are allowed for I (Uniform Plumbing Code), latest 0.50 0.28 0.22 0.15 0.12 0.10 0.08 sewers only. For details see UPC t 2oo.doc 3 • J C. MINIMUM DEPTH 1. For the protection of the sanitary sewer lines from damage caused by utilities installed after the sanitary sewer has been constructed, the minimum depth to crown of all gravity sanitary sewers shall be 3.0 feet, and the minimum depth to crown of all force main sanitary sewers shall be 3.0 feet. D. BUILDING SEWERS 1. Building sewers shall conform to the latest edition of the Uniform Plumbing Code and to these Standards. 2. The building sewer shall connect to the public sewer at a mainline fitting. Sewer service connections shall be made on 12 -inch and smaller sewer lines. Connections to manholes shall only be allowed at upstream terminating manholes or by approval of the City. Inside drop connections to manholes are not allowed. 3. Building sewers requiring a 6 -inch or larger sewer connection shall be connected at a manhole. If an existing manhole is not available, a new manhole must be constructed. 4. Homes or buildings where the lowest elevation to have gravity sewer service is less than 1 foot above the cover of either the first upstream or downstream manhole on the sewer main shall have a cleanout with a pop-up type, non - locking cover at an elevation no less than 6 -inches below the lowest sanitary facility in the structure. 5. Homes or buildings with a slope from the lowest sanitary facility to the public sewer main less than 1 percent shall be served with a pump system. The system shall be purchased, installed, and maintained by the owner. 6. Building sewers within the right-of-way or easement shall be a minimum of four (4) inches in diameter. Building sewers shall have a wye cleanout located within three (3) feet of the building's exterior wall and extended to 3 -inches above grade and shall have a watertight, removable cap. 7. Cleanouts installed under concrete or asphalt paving shall be made accessible by a short bodied cast iron valve box. 8. Building sewers installed for future connections shall be terminated at the right- of-way or easement and plugged to ensure 100 percent water tightness. Mark wyes for future connections using marking tape, tracer wire, yellow nylon rope, and 1/2" x 4' rebar or fence tee -post. 1200.doc n i. 1.04 SEWER LINE MATERIALS A. Materials for sewer line mains shall be PVC unless approved by the City of Fayetteville or otherwise indicated in these specifications. 1.05 LOCATION OF SEWER LINES A. Sewer lines shall be placed on public streets either in the right of way or in an easement adjacent to the street right of way except that lines can go between lots when there is no other reasonable way to access a line or provide for future service. Sewer lines located in easements behind houses without a dedicated, paved alley shall have the manholes located adjacent to the nearest street right-of-way. B. Sewer lines shall be located a minimum of 36 -inches from any other parallel utilities or structures. 1.06 SEWER STRUCTURES A. MANHOLES 1. General a. Manholes shall be installed at the end of each line; at all changes in grade, size, materials or alignment; at all sewer intersections and at the following intervals: Maximum Interval Pipe Diameter Between Manholes (inches) (feet) 8 to 18 400 21 and larger 500 b. Manholes shall be located such that they are readily accessible to sewer cleaning equipment. Access shall be a minimum 10' wide all weather drive surface. 10' wide double gates shall be provided for all fences where manhole access is required. Sewer mains located in easements behind houses without a dedicated, paved alley shall have the manholes located adjacent to the nearest Istreet right-of-way. c. The minimum inside diameter of manholes shall be as stated in Section 3300 -Manholes. d. Flow channels shall be shaped and formed in each manhole to provide a smooth transition of flow from all inlets to the outlet. The bench wall shall be formed from the center of the manhole to the outlet pipe in the shape of a "U" as shown in the Standard Details. e. At changes in sewer alignment and/or sizes, the energy gradient elevation shall not increase. This shallIbe accomplished by keeping the crown elevation continuous where possible for changes in sewer sizes. 1200.doc 5 f. Connections to manholes on trunk sewer lines shall be installed at such elevations that will not cause a backup in the collector sewer. Trunk sewers are designed to flow completely full during peak operation. Therefore, connections should not be made below the crown of the trunk sewer line pipe. g. Minimum drop across the manhole from inlet invert to outlet invert for size on size pipes shall be 0.10' for 0 up to 45 degree change in direction, and 0.20' for 45 to 90 degree change in direction. h. Manholes proposed to be installed in unpaved areas shall be designed and constructed such that the top of the casting is a minimum of three (3) inches and a maximum of five (5) inches above the finished grade to prevent ponding of water over the casting. Positive drainage away from the manhole shall be provided. Manholes constructed within a 100-yr floodplain shall be constructed such that the rim elevation is a minimum of 2 -feet above the flood elevation or be constructed with hinged and gasketed covers. Manholes that are within the 100-yr floodplain and also within the ROW shall have hinged and gasketed covers. j. Manholes located on 15 -inch and larger sewer lines or manholes on sewer lines within 100 feet of a 15 -inch and larger sewer line shall be epoxy coated on the interior. 2. Outside Drop Connections a. Outside drop pipe connections shall be provided for all sanitary sewers entering a manhole at an elevation greater than twenty-four (24) inches above the invert of the manhole. b. In areas where future residential, commercial, and/or industrial growth can occur, all new manholes 15 feet deep or deeper shall be equipped with up to two (2) outside drop connections of a size and at an elevation to be determined by the City at the time of design to allow for future connections at these points. The drops shall extend from the base to within 10 feet of the final graded surface elevation. NOTE: THIS SHOULD NOT IMPLY THAT EVERY MANHOLE SHALL BE PROVIDED WITH 2 OUTSIDE DROP CONNECTIONS. B. SEWER PUMP STATIONS 1. A construction permit shall not be issued for a sanitary sewer pump station until an economic analysis proves to the satisfaction of the City that the pump station exhibits a lower 20 -year life cycle cost than extending a gravity sewer to the development. 1200.doc 2. The analysis shall be per latest standard practice for least cost (life cycle) as developed by ASTM C1131 and evaluate labor costs, maintenance costs (including parts replacements), operation costs and rehabilitation costs. The analysis shall take into consideration both interest and inflation rates. 3. The following minimum assumptions shall be made when calculating life cycle costs. a. Pump Station Construction Costs = Actual cost b. SCADA System = $7,500 c. Pump Station Routine O&M labor = 50 hrs/year @ $40/hr d. Effective Energy Costs $0.251kW•hr e. Interest Rate = 5% f. Inflation Rate = 3% g. Replace pumps in year 11 4. In the event that a pump station is more cost effective than gravity sewer, the operation and maintenance expenses) for the pump station must be paid in addition to the monthly sewer service charges paid by the benefiting customers. The Developer must pay, in advance, the present value of the estimated operation and maintenance costs for the estimated service life of the pump station. The estimated service life shall be 20 years. 5. If a pump station is more cost effective, the City of Fayetteville reserves the right to cost share with the developer to pay for a gravity sewer extension in lieu of a pump station. 1.07 EASEMENTS AND DEEDS A. GENERAL Whenever possible, sanitary sewers shall be constructed within the public right- of-way. Should the construction'be outside the limits of the public right-of-way, recorded sewer easements shall be acquired, dedicated and recorded solely for the benefit of the City. Easement boundaries shall be so shown on the plans and specifications as "Water and Sewer Easement" in lieu of "Utility Easement". Sanitary sewers may be constructed within "platted" utility easements if the work is performed in conjunction with a development approved by the City. 2. The minimum permanent easement widths to be dedicated to the City are as follows: Depth of Sewer from Finished Grade up to 10 feet > 10 feet to 20 feet• greater than 20 feet Easement (ft) 20 25 30 1200.doc 7 3. All sanitary sewers shall be centered in the easement. For those sanitary sewers constructed in the public right-of-way, the easement shall extend the distance outside the right-of-way necessary to provide the required easement width. Sewers not centered in the easements shall have an easement width equal to 1/2 that designated above on each side of the easement. 4. A minimum 50 foot by 50 foot deeded property shall be provided for all submersible lift stations with wet wells up to 20 feet deep. Deeds for lift stations with wet wells greater than 20 foot deep and/or wet well/dry pit lift stations shall be handled on a case by case basis. 5. The sewer easements shall be exclusively under the discretion and control of the City. Ingress and egress shall be available to the City's crews at all times. No utility companies are allowed to use the sewer easements for installation of their utility lines without the expressed written permission of the City. All plan sheets shall clearly identify the sanitary sewer easement and the location of all other proposed utilities. The horizontal and vertical plans shall identify all utilities proposed to cross the sanitary sewer easement. 1.08 DRAFTING STANDARDS A. GENERAL These standards have been established for the purpose of ensuring uniformity in the design and drafting techniques of projects to be submitted for review and acceptance. 1. All projects submitted shall have a title sheet which shall include: a. General overall area map; b. Vicinity location map; c. A site plan map detailing the project; d. Name/title of project including section number if applicable; e. Owner and Engineer's name; and f. Professional Engineer's seal and signature. 2. All plan and profile sheets are to be certified and dated by a professional engineer of the State of Arkansas. 3. All sheets are to be numbered, with total number of sheets included; i.e., sheet 4 of 12. 4. Include detail sheet(s)/specification sheet(s), as applicable. 5. Design drawings shall be 22 -inch by 36 -inch, or 24 -inch by 36 -inch. 1200.doc 8 B. SCALES The following scales for drawings are required: 1. Plan and profile: variable; not to exceed 1 " = 50' horizontal 1" = 10' vertical 2. Cross sections: 1" = 10' horizontal and vertical. C. LETTERING Minimum sizes for lettering shall be: 1. Titles: 1/4" or larger. 2. General: 1/8" or larger. D. MATERIALS E F 1. High quality bonded paper shall be used for all originals and reproduction "originals" to be submitted as record drawings. Any drawing deemed not usable by the City Engineer will be rejected. ORIENTATION 1. Drawings shall be situated so that north is either toward the top or toward the right side of the sheet. The north arrow shall be clearly visible. PLAN AND PROFILE DRAWINGS All plan sheets shall include the following information when applicable: 1. A north arrow; 2. The scales used; 3. Project name and number, sheet number, date drawn, date and nature of revisions; 4. All topography in the area affected by construction; 5. Right-of-way lines, property lines and easements; 6. Locations of benchmarks and their descriptions; 7. Locations of all existing and proposed utilities in the project area; and 8. Match lines shall be easily identifiable. All profiles shall include the following: 1. Existing and finished grade lines; 2. Inverts at all manholes; 1200 doc 9 3. Length and size of pipe between manholes; 4. Slope of pipe in percent; 5. Elevations to USGS datum; 6. Top of casting elevations; 7. Types of materials used; 8. Profile of existing and proposed utilities; and 9. Special construction required due to unfavorable soil conditions. G. SEWER PUMP STATION DRAWINGS Sewer pump station drawings shall, at a minimum, contain the following: 1. At least two views of the station, plan view and cross section; 2. Electrical panel detail; 3. All electrical designs shall be sealed by a licensed electrical engineer; 4. Pump and alarm control elevations; 5. Inlet and outlet pipe elevations; 6. Finished grade and foundation elevations; 7. Special construction required due to unfavorable soil conditions; 8. Design pump capacity, rated horsepower, total dynamic head, manufacturer and model number; 9. Wetwell capacity and cycle time; 10. Also, the Engineer shall submit a copy of the head discharge curve and the complete design calculations for the lift station and force main; and 11. Fence and access drive detail. H. USE OF STANDARD SYMBOLS AND NOTATIONS 1. Sanitary sewer plans shall be prepared using standard symbols and notations commonly used in the practice of civil engineering. If necessary, legends shall be provided to define the symbols used. 1.09 RECORD DRAWINGS A. DATUM REQUIREMENTS 1. Horizontal Datum: NAD83 (1986) Arkansas State Plane, North Zone, US foot (Grid System). 2. Vertical Datum: NAVD88 (feet) B. TOLERANCES 1. Horizontal: +/- 0.5 feet 2. Vertical: +/- 0.05 feet 1200.doc 10 C. Sanitary sewer drawings submitted as record ("as -built") drawings shall indicate the location where the sewer line was installed land have the following items surveyed during/after construction and shown on the drawings: 1. Manholes, location and rim elevation 2. Pipe material, diameter, and invert elevations 3. Sewer main percent slope (calculated and setting from pipe laser) 4. Lateral connections. Lateral measurements shall be indicated by their distance from the downstream manhole in the form of stationing. Lateral stationing shall begin at 0+00 at each downstream manhole. 5. Location of capped service lines 6. Cleanouts (if installed during construction) 7. Location of fittings, valves, and valve boxes on force mains 8. Location of steel encasements 9. TV video (DVD format) and logs shall be delivered to the City of Fayetteville. Video shall play in a standard DVD player without the need of viewing software. I D. All sheets shall have the phrase "as -built" or record drawing" boldly printed on them with the as constructed date, and shall be stamped and signed by a professional engineer registered in the State of Arkansas. Record drawings shall be submitted in hard copy, .dwg electronic format, and .pdf electronic format. 1.10 PROTECTION OF WATER SUPPLIES A. There shall be no physical connections between a public or private water supply system and a sanitary sewer or appurtenances thereto which would permit the passage of any polluted water into the potable supply. Sanitary sewers shall be laid at least ten (10) feet horizontally from any existing or proposed water line. The distance shall be measured edge to edge. In cases where it is not practical to maintain a ten (10) foot separation, the appropriate reviewing agency may allow deviation on a case -by -case basis if supported by data from the design engineer. Such deviation may allow installation of the sewer closer to a water main provided that the water main is in a separate trench or on an undisturbed earth shelf located to one side of the sewer, and at an elevation so the bottom of the water main is at least 18 -inches above the top of the sewer. B. Sewer lines installed under a water line must have a clear distance between pipes of at least eighteen (18) inches. C. 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. D. If 18 -inches of clearance cannot be provided o I when the water main must pass under the sewer main, either the sanitary sewer main or the water main shall be encased in twenty (20) feet of watertight encasement pipe, centered over the point of crossing. Crossings that are not perpendicular will require more than twenty (20) feet of encasement. The encasement shall extend a minimum of ten (10) feet perpendicular from the outside edges of the line that is not being encased. The ends of the encasement pipe shall be sealed watertight. Refer to Section 3400 - Steel Encasement Pipe. I200.doc 11 1.11 EXISTING UTILITY STRUCTURES AND FACILITIES A. The drawings shall show the location of overhead and underground utility lines and existing sewers according to the best information presented and available. Drawings shall be submitted to the utilities and shall have indicated to the best of their records the locations of their facilities and the route of the proposed sewer. Fri F yI I i A. It is the responsibility of the Owner or his authorized representative to coordinate with and get approval from the various UTILITIES, including other Departments of the City. Further, it is the responsibility of the Owner to get authorization to encroach upon any other utilities' easement(s) and secure such recorded encroachment as a requirement for dedication of the sanitary sewer system. 1.13 STEEL ENCASEMENTS A. Sanitary sewers shall be encased in steel encasement pipe wherever the sanitary sewer crosses under, through, or over a drainage way (i.e. creeks, rivers, streams, concrete channels, concrete storm drains, or any storm drain 30 -inch diameter and larger, or all storm drains with multiple pipe runs). Wherever applicable, the sanitary sewer crossing the drainage way shall be pressure tested to assure 100 percent water tightness prior to backfilling. B. Sewer lines through steel encasement shall be installed with three spacers per joint such that the spacers are equally spaced along the length of the pipe. C. Self -restraining gaskets (DIP only) or bell restraints shall be used for all joints inside the encasement pipe and for the first joint in each direction outside the encasement pipe. D. End Seals shall be used on all encasement pipes. 1200.doc 12 Attachment to Section 1200 SOME WASTEWATER FLOWS* Type of Establishment* Gallons Per Person of Wastewater Per Day Unless Otherwise Noted 1. Institutions other than hospitals 180 - 120 2. Schools (without gym and showers) ' 15 3. Schools (with gyms and showers) 25 4. Organization camps only a. With showers and handwashing facilities 20 + b. With toilets, showers and handwashing facilities 40 + + Cooking or central food service included. 5. Campgrounds a. With individual sewer connections (per site) 100 b. With community building only (per site) 50 6. Mobile home parks (per mobile home park space) 200 7. Motels and hotels (per room) 100 8. Restaurants along an interstate or major highway; 24 -hour 70 operation (per seat) 9. Restaurants; 24 -hour operation (per seat) 50 10. Restaurants; less than 24 -hour operation (per seat) 35 11. Bars and cocktail lounges (per seat) 35 12. Bowling alleys (per alley) 100 13. Places of employment (does not include industrial waste, per 15-35 employee per shift) 14. Day workers at offices 15 15. Picnic parks and areas 5 16. Drive-in theaters (per ramp parking space) 7 17. Service stations (per vehicle served) 10 1200.doc 13 Type of Establishment* 18. Swimming pool bathhouse (per person) 19. Private dwelling (per dwelling) 20. Apartments a. One bedroom (per apartment) b. Two bedroom or more (per bedroom) 21. Shopping center (where stores are not known) per square foot building area 22. Churches a. Without kitchen (per sanctuary seat) b. With kitchen (per sanctuary seat) 23. Beauty salon 24. Day care center Gallons Per Person of Wastewater Per Day Unless Otherwise Noted 10 300 200 150 0.45 3 5 35 20 * The flows listed indicate a reasonable approach for the type of establishment referred to. Additional considerations will be necessary in some cases. For uses not mentioned in this table, flow estimates should be submitted for preliminary design review and possible approval prior to proceeding with final plans. END OF SECTION 1200 1200.doc 14 � i]�P11hh1 TRENCH SAFETY PART 1- GENERAL 1.01 WORK INCLUDED A. The Contractor is responsible for 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 water or sewer construction. 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 water or 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 1 (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. C. The Contractor shall accomplish temporaryand 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. 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. 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 USEPA, 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 A. Not used PART 3— EXECUTION 3.01 TEMPORARY EROSION CONTROL A. The Contractor shall construct teml sediment basins, and maintain such control features are placed all in acc Control Standards". berms, dikes, dams, ditching or features until permanent erosion with the City or State "Erosion 2100.doc 1 3.02 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 ups lope 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. 2 I 00.doc 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 Length (ft) Above Fence Slope — Percent 18 -Inch High Fence 30 -Inch High Fence 2 (or Less) 150 I 500 5 100 I 250 10 50 150 15 35 100 20 25 70 25 20 R 55 30 15 45 35 15 f 40 40 15 I 35 45 10 I 30 50 10 ; 25 I 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. I 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 1500 10 1300 20 ; 200 30 1100 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 21 oo.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. 3.03 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, I2 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 ups lope 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. 3.04 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. I 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. I 2100.doc 5 C. 2100.doc Contractor shall install wattles to the following specifications: 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 I to 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. 6. 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:l to 4:1 15 30 2:1 or greater 10 20 :1 S • S 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 J 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. 3.05 PIT/TRENCH DEWATERING A. Water removed from open pits and/or trenches shall have silt removed prior to leaving the immediate site of construction.1 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 I 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. E. F. The direct discharge of silty/muddy prohibited. The direct discharge across areas of haul roads is strictly prohibited. off of the project site is strictly access points and/or construction 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 3.06 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 8 •1 3.07 PERMANENT EROSION CONTROL A. 2100.doc 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: 1. 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 anI 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 Drawings and as directed and approved by the City. c. Non -woven filter fabric shall be placed beneath the riprap as shown on the Drawings. Filter fabric shall be a minimum of 12 oz/sy by weight. 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. GABIONS (STONE FILLED) a_ Gabion materials shall be non -corrosive, high strength polyethylene, or galvanized steel. 9 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. c. The gabion shall be constructed, installed, and filled as recommended by the manufacturer and as directed by the City. 3.08 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.doc 10 SECTION 2200 SITE PREPARATION PART 1- 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 3000 — Sewer Pipe, Fittings, and Materials B. Section 3100 — Installation of Sewer Pipe, Fittings, and Materials C. Section 3200 — Installation of Sewer Service Lines D. Section 3300 — Manholes E. Section 3400 — Steel Encasement Pipe F. Section 4000 — Water Pipe, Fittings, and Materials G. Section 4100 — Installation of Water Pipe, Fittings, and Materials 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 A. Not used 2200.doc 1 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. 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 Owner. 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. 2200.doc 2 1. Trees a. All trees shall be saved ur the Inspector. Trim instructions. 2. Shrubbery a. Shrubbery shall be saved unless removal is approved by the Ulty 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. is approved by the City and cordance with the City's 3. Small Plants and Flowers a. At least two weeks prior property owners of the propc owners can remove any small 4. Protection of Existing Facilities a. The Contractor shall notify vicinity of the construction construction activities a minis in that area. The notificatic work, work hours, and a 24-t contractor. the start of construction, notify [starting date so that the property rots or flowers. property owners in the immediate -ea that may be affected by the m of 24 -hours before starting work shall include a description of the r contact name and number for the 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., 2200.doc 3 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 and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section comers or Federal land 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. i. 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 �Y�TI IJ MIII0 EXCAVATION, BACKFILLING, PART 1- GENERAL 1.01 WORK INCLUDED A. Excavation, backfilling, and compacti appurtenances, and incidental construction. 1.02 RELATED WORK A. Section 3000 — Sewer Pipe, Fittings, and COMPACTING for water lines, sewer lines, B. Section 3100 -- Installation of Sewer Pipe, Fittings, and Materials C. Section 3200 — Installation of Sewer Service Lines D. Section 3300 — Manholes E. Section 3400 — Steel Encasement Pipe F. Section 4000 — Water Pipe, Fittings, and Materials G. Section 4100— Installation of Water Pipe, Fittings, and Materials H. Section 6000 - Pavement Repair I. 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. 2300.doc 1 1.04 REFERENCES A. Not Used. 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 A. 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 A. The Contractor shall be responsible for all sediment control in accordance with Section 2100 — Erosion and Sediment Control. 2300.doc 2 PART 2- PRODUCTS 2.01 EMBEDMENT MATERIALS - GENERAL A. Embedment materials are restricted to materials as described below. B. Gravel material for select backfill across Istreets, 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. ORI)MA IfIWI u u;i u r li A. Class I embedment material shall be in accordance with ASTM D 2487, latest edition and shall conform to class 1A 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 (3/4" concrete aggregate or 518" aggregate) or ASTM C 33, gradation 7, commonly referred to as ASTM #7 (1/2" aggregate). Maximum aggregate size shall be 3/4 inch. This includes materials such as crushed stone or rock. 2.03 GRIT EMBEDMENT MATERIAL A. Grit embedment material is permitted for the installation of water lines. It is not permitted for the installation of sewer lines. I Grit shall be the by-product of rock crushing, generally consisting of 1/4" and smaller limestone material. 2.04 SELECT NATIVE BACKFILL MATERIAL A. 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. 2.05 FLOWABLE FELL MATERIAL A. Flowable fill material for select backfill across streets, roads, and driveways shall be Flowable Select Material conforming t the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. 2.06 RIPRAP A. 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 6y an Engineer for the application, including area, size, and depth of placement. 2300.doc 3 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. 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 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. 2300.doc 4 E. F A Exercise every precaution to prevent damage to adjoining improvements or property. Always use a blasting shield or mat. Any damage to private property resulting from the use of explosives is the liability of the Contractor. 3.04 TRENCH DEWATERING A. Dewater all trenches, in accordance with Section 2100, to the extent that water or 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: C. D E. 2300.doc Well pointing; and, 2. Over Excavation and Sump Submit for approval other trench dewatering Well Pointing Procedure 1. Install well points where required subgrade stable. 2. Install well points when the excava table. 3. Provide sufficient pumping equip available at all times, to remove any so a stable subgrade is obtained. keep the excavation dry and the is within two (2) feet of the water nt, in good working order and ter that accumulates in excavations 4. Keep all dewatering equipment in continuous operation until backfill is completed. 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. Soil that cannot be properly dewatered: ekcavate and install 2" — 3" rock to provide a firm trench bottom. 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, 5 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. 3.05 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. 3.06 EXCAVATION —TRENCHES A. Trench For Water or Sewer Line - During excavation, all pipe to be replaced shall be removed and disposed of offsite at a suitable landfill. Trench excavation for water or 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. B. Trench For Water or 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 water or 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_ 2300.doc 6 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 water and sewer lines. Inside Pipe Maximum Width of Trench Diameter From Top of Pipe to (Inches) 2' Above Top of Pipe 6, 8, 10 2' 12,14,15,16 3'-0" 18,21 3'-I6" 24, 30 4' - �0" 36 4' 42 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. 3.07 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 2" — 3" rock thoroughly tamped into place in a maximum of eight (8) inch lifts up to an elevation sufficient to prepare the subgrade for the particular bedding class required. 3.08 BEDDING AND BACKFILLING - GENERAL A. Install all sewer pipe using Class I embedment materials only. Refer to Standard Detail Drawings. B. Install all water pipe using Class I embedment materials or grit embedment materials. Refer to Standard Detail Drawing's. C. It is essential that the complete backfill be done in such a manner to minimize voids in the backfill. 2300.doc 7 D. Backfilling includes refilling and consolidating the fill in the excavation up to the surrounding ground surface or road grade. E. Use select native materials for backfilling in unpaved areas. F. 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. G. Use mechanical compaction devices manufactured for that purpose to compact backfill materials in trenches. H. Pipe marking tape shall be provided in all trenches for water or 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 marking tape and the top of any pipe line. 3.09 BEDDING AND BACKFILLING PIPE A. Bed 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. Provide a minimum cover of thirty-six (36) inches over the top of pipe. C. Extend the trench excavation to a minimum depth of six (6) inches below the bottom of the pipe. D. 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. E. Compact all bedding material to a minimum density of 80% standard proctor as outlined in AASHTO T-99. F. The maximum depth of bury for PVC pipe is sixteen (16) feet. Any depths greater than sixteen (16) feet require ductile iron pipe, unless approved by the City of Fayetteville. G. Install pipe in accordance with Section 3100 and Section 4100. H. Backfill and compact the excavation. 2300.doc 8 • • • • 3.10 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. • 3.11 R1 PRAP • 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. • • � f • • • • • S • • S • 2300.doc 9 • i i • (THIS PAGE INTENTIONALL LEFT BLANK) • • • END OF SECTION 2300 5 S • • i i • i • • • • • • • i • • • • • • • • • • • • 2300.doc 10 • SECTION 3000 SEWER PIPE, FITTINGS, AND MATERIALS PART 1- GENERAL FKI�:'LIIa J r O A. B. C. This section covers the manufacture, transportation, and storage of pipe, pipe joints, and fittings for sanitary sewer pipelines and service lines. Use only pipe, fittings, and adapters approved by the City of Fayetteville. Use bends, tees, plugs, wyes, or other approved fittings constructed from the same material as the pipe in which they are installed. I 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 I A. 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, glue joints, and shall be completely bedded as required for larger PVC pipe. C. Fittings for service lines shall be: SCH 40 PVC with glue joints. 2.03 CLEANOUTS A. Cleanouts shall be Two -Way Memphis Code, SCH 40 PVC. The riser pipe shall be topped off with a screw type plug. B. Cleanouts installed in asphalt or concrete shall be protected by a cast iron short bodied valve box, Model 70 as manufactured by East Jordan Iron Works. 2.04 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 (SDR 26). B. Pipe greater than (15) inches in diameter: conform to T-1 as specified in ASTM F 679. 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. 3000.doc • S • S 2.05 POLYETHYLENE ENCASEMENT (PIPE WRAP) A. Polyethylene encasement shall be in conformance to ANSI/AWWA C105, 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. Tape for field taping of polywrapped pipe, fittings, etc. or field repair of missing polyethylene encasement material shall be Polyken #900, Scotchrap #50 or equal, at least 2 -inches wide, and installed as per the Polyethylene Encasement Installation Guide published by DIPRA. Duct Tape is not permitted. D. All buried iron pipe and fittings shall be double poly wrapped. 1 2.06 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 o€ 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. 2.07 DUCTILE IRON PIPE FOR GRAVITY MAINS A. Gravity Sanitary Sewer ASTM A 746: Ductile: Iron Pipe Gravity Sewer Pipe B. Minimum Pressure Class shall be as follows: I. 18 -inch and smaller 350 psi 2. 24 -inch 250 psi 3. 30 -inch and greater 200 psi 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: ANSI/AWWA Cl 11/A21.11. 2. Flanged: ANSI/AWWA Cl 15/A21.15,JANSI B16.1. 3. Grooved and shouldered ANSI/AWWA C606. 3000.doc 3 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 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 ANSIIAWWA C105/A21.5. The pipe shall be double wrapped. 2. Epoxy Coating Inside 2.08 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 have a ceramic epoxy coating suitable for sewer service, Protecto 401, or equal. 2.09 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. 2.10 REINFORCED FLEXIBLE RUBBER COUPLINGS A. Materials: Chemical resistant rubber. Flexible rubber coupling shall be Fernco 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. 3000.doc 4 2.11 SERVICE SADDLES A. A composite saddle using a Virgin SBR compound gasket (ASTM D-2000 3 BA71 5) and a ductile iron saddle casting (ASTM A 536 Grade 65-44-12) as shown in the Standard Details. B. All saddles shall be approved by the Engineer prior to installation. 2.12 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. 2.13 MECHANICAL JOINT RETAINER GLANDS A. Restraint devices for mechanical joint fittings` and appurtenances for nominal pipe sizes 3 -inch through 4&inch shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSUAWWA C1101A21.10. 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 ductile iron pipe, at least 305 -psi for 3 -inch` through 12 -inch PVC, and at least 250 -psi for 18 -inch through 48 -inch ductile iron pipe. C. Retainer glands shall have an approved coating system for corrosion resistance equivalent to MEGA-B0ND® and manufacturing traceability. Retainer glands shall be manufactured by EBAA Iron, Inc., Smith -Blair, Inc., or Star Pipe Products (USA only). 1. Retainer glands for pipe sizes 3 -inch through 12 -inch shall be manufactured by EBAA Iron, Inc., Smith -Blair, Inc., or Star Pipe Products (USA only). 2. Retainer glands for pipe sizes greater than 12 -inches shall be manufactured by EBAA Iron, Inc., or Star Pipe Products (USA only). 2.14 PIPE RESTRAINTS A. Bell restraints for AWWA C900 PVC sizes 41 inch through 12 -inch shall be Series 1900 Restraint Harness, as manufactured by EBAA Iron, Inc. Devices shall have an approved coating system for corrosion resistance equivalent to MEGA - BOND® and manufacturing traceability. 3000.doc 5 1 B. Bell restraints for SDR26 PVC sizes 6 -inch through 36 -inch shall be provided as required. Devices shall have an approved coating system for corrosion resistance equivalent to MEGA -BOND® and manufacturing traceability. C. Bell restraints for Ductile Iron Pipe sizes 4 -inch through 48 -inch shall be Series 1700 Restraint Harness, as manufactured by EBAA Iron, Inc. Devices shall have an approved coating system for corrosion resistance equivalent to MEGA - BOND® and manufacturing traceability. D. When all -thread attachments are required, eye -bolt style attachments are not acceptable. Romac "Ductile Lug" style attachments or approved equal shall be used. All -threads shall be made of 316 stainless steel. 2.15 BOLTS A. All bolts for valves, fittings, and restraints shall be 316 stainless steel. Anti -seize lubricant shall be used when assembling all stainless steel hardware to reduce galling. 2.16 FORCE MAIN MATERIALS A. Each material acceptable for force main construction is described below. 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. 2.17 POLYVINYL CHLORIDE (PVC) PIPE FOR FORCE MAINS A. PVC pipe less than 4 inches in size shall be manufactured in accordance with ASTM D-2241 and be SDR 13.5. B. PVC pipe 4 inches through 12 inches in size shall be manufactured in accordance with AWWA C900, latest revision, and shall be DR 14. C. PVC pipe, couplings, and fabricated fittings shall be made from virgin PVC resin that has been compounded to provide physical and chemical properties that equal or exceed cell class 12454 as defined in ASTM D1784, latest revision. Clean, reworked material generated from the manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. 3000.doc 6 D. Joints for PVC pipe shall conform to ASTM Specification D-3139, latest revision. E. Nominal laying length shall be 20 feet. Minimum length of a cut section of pipe shall be 5 feet. F. Marking on pipe and shall include the following and shall be applied at intervals of not more than 5 feet. 1. Nominal size in inches and OD base (for example, 4 CI). 2. PVC. 3. Dimension ratio (for example, DR 14) 4. AWWA pressure class (for example, PC 305). 5. Test pressure for hydrotested pipe (for example, T330) or if not tested, "NOT HYDROSTATIC PROOF TESTED." 6. AWWA designation number for this standard (ANSI/AWWA C900 or ASTM D-2241). 7. Manufacturer's name or trademark and production run record or lot code. 8. Seal (mark) of the testing agency verifying the suitability of the pipe material for potable -water service. 2.18 DUCTILE IRON PIPE FOR FORCE MAINS A. Ductile Iron Pipe shall conform to the requirements of "Ductile -Iron Pipe, Centrifugally Cast" AWWA Standard C151/A21.51, latest revision. B. Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile -Iron Pipe", 1ANSI/AWWA Cl 50121.50, latest revision. Minimum pressure class shall be 250 psi. C. Joint connections, pipe and fittings (latest revision): 1. Push on and mechanical rubber gasket joints: ANSI/AWWA Cl I I/A21.11. 2. Flanged: ANSIJAWWA C 115/A21.15,! ANSI B 16.1. 3. Grooved and shouldered ANSIIAWWA C606. D. Nominal laying length shall be 20 feet. Minimum length of a cut section of pipe shall be 5 feet. E. Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The I weight, class or nominal thickness, and casting period shall be shown on each pipe. The manufacturer's mark, country where cast, year in which the pipe was produced, and the letters "DI" or "DUCTILE" shall be cast or metal stamped on the pipe, and letters and numerals on pipe sizes 14 in. (356 mm) and larger shall be not less than 1/ 2 in. (13 mm) in height. 3000.doc 7 F. Corrosion Control 1. Outside coating shall be an asphaltic coating approximately I mil thick. The coating shall be applied to the outside of all pipe. 2. 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. 3. Cut sections of pipe shall be immediately repaired with a field kit to restore the ceramic epoxy coating system. 4. Polyethylene wrap in tube or sheet form conforming to the requirements of ANSI/AWWA C105/A21.5, latest revision. The pipe shall be double wrapped. 2.19 VALVES FOR FORCE MAINS A. Gate valves up to 12 -inch shall be the same as water valves. B. Full port (100% area) plug valves shall be AWWA C517, latest revision shall be manufactured by Val-Matic or Dezurik PEC. C. Valves shall be installed along the length of the force main, not to exceed 1000' unless a variance is approved by the City for long force mains. All valve boxes 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. 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 the word "SEWER" and a concrete pad with a minimum of 18 inches square or round dimension as appropriate. This shall be for both paved and unpaved applications. 2.20 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 8 2.21 TRACER WIRE A. Tracer wire shall be 12 -gauge solid coated copper or 14 -gauge coated copper clad steel for underground burial. j B. Jacket color shall be GREEN, and made of High Density Polyethylene (HOPE) 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. 2.22 MARKING 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 2.23 SEWER LINE MARKERS A. Sewer line markers shall be TriView Marking System by Rhino Marking and Protection Systems, Carsonite International Dual -Sided Utility Marker (C1B-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 white in color with green and black lettering. The label shall be affixed to two sides of the marker. An additional white 1" wide reflective tape (3M or equal) shall be placed around the full circumference of the top of the marker. Concrete shall be placed 6 -inches around and 1 -foot deep around the base of each marker. 3000.doc 9 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. 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 END OF SECTION 3000 3000.doc 10 { SECTION 3100 INSTALLATION OF SEWER PIPE, FITTINGS, AND MATERIALS 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 — Sewer Pipe, Fittings, and Materials. C. Section 3200 - Sanitary Sewer Service Lines. D. Section 3300 - Manholes. E. Section 3600 - Cast -in -place Concrete. F. Section 5200 - Inspection and Testing of Sewer Lines, Manholes, and Service Lines. G. Section 6000 - Pavement Repair. 1.03 DEFINITIONS A. New Sewer Lines — Sewer lines installed in such a manner that there is no sewage flow during construction. B. Replacement Sewer Lines — Sewer lines 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 sewer lines. D. Force Mains - Sewer pipelines that transport wastewater under pressure from a pump station to a discharge point. 4 3100.doc I 1.04 QUALITY ASSURANCE A. Inspect all sewer lines per Section 5200 - Inspection and Testing of Sewer Lines, Manholes, and Service Lines. 1.05 SUBMITTALS A. Submit to the Engineer for approval all materials and procedures not described in these specifications. 1.06 REFERENCES A. 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. PART2-PRODUCTS 2.01 BEDDING AND BACKFILL A. Refer to Section 2300 - Excavation, Backfilling, and Compacting. 2.02 PIPE, FITTINGS, AND MATERIALS A. Refer to Section 3000 — Sewer Pipe, Fittings, and Materials. 2.03 MANHOLES, MANHOLE FRAMES, AND COVERS A. Refer to Section 3300 - Manholes. 2.04 CONCRETE A. Refer to Section 3600 - Cast -In -Place Concrete. 3100.doc 2 PART 3- EXECUTION 3.01 EXCAVATION - GENERAL A. B. C. D. Perform excavation and prepare bedding iri accordance with Section 2300 - Excavation, Backfilling, and Compacting. Never lay pipe in a water -filled trench, or when trench conditions or weather are unsuitable for such Work. Divert surface water and de -water trenches during excavation. 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. Tie ductile iron pipe shall meet the requirements of Section 3000 — Sewer Pipe, Fittings, and Materials, of these Specifications. I 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 — Sewer 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: I. 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 CONCRETE DAM A. 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 system. Dams shall be constructed in the sewer trench, outside the limits of excavation for manholes. B. Hand excavate around the sewer pipe into undisturbed earth a minimum of six inches into bottom of the trench and the trench wall perpendicular to the pipe. The hand excavated void around the pipe shall be filled with concrete and a form shall be used to hold the concrete in place. The form may be left in place after backfilling and restoration. The dam shall be a minimum 8 -inches thick and extend two (2) feet above the top of the bedding for the pipe. 3.07 PIPE INSTALLATION A. Inspect each joint of pipe carefully internally and externally 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. Cut ends shall be beveled according to the manufacturer's recommendations to prevent damage to the bell gasket. Cut ends for Protecto 401 lined pipe shall be immediately repaired using a field repair kit. 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 watertight plug at the end of each day's Work or when discontinuing pipe installation for an appreciable period. 3100.doc 4 • S S i • H. I. J COLD WEATHER INSTALLATION 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. Tlie 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 I 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. 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-inche I above the top of the pipe. 3. Tracer wire shall be CAD welded to the cast iron manhole frame. MARKING TAPE 1. Marking tape shall be installed on all buried sewer pipelines. This includes gravity sewer mains, sewer force mains, and gravity sewer laterals. 3.08 PIPE TO PIPE CONNECTIONS A. Make all pipe joints in strict accordance wit 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 1. Clean the bell and spigot end of the pipes prior to jointing thoroughly with a brush. Exercise particular care to clew in 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. InsertIthe 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. 3100.doc 5 C. D Mechanical Joints Connection Procedure 1. 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. 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 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 maximum 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. 3.09 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. 3100.doc T 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 marking tape, tracer wire, yellow nylon rope, 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. H. For Service Wye Details, see the Standard Detail Drawings. 3.10 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 plum1 ing code, or as indicated on the construction plans. B. For Cleanout Details, see the Standard Detail Drawings. 3.11 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-Pla a 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-CastIn-Place Concrete. f 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 Ind Testing of Sewer Lines, Manholes, and Service Lines. E. Repair all pavements per Section 6000 -Pavement Repair. i F. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. 3100.doc 7 G. Repair sodded and grass areas to original condition. 3.12 CONNECTION OF NEW SEWER LINES TO EXISTING SEWER LINES A. Construct, clean, test, and obtain Engineer's approval for sewer lines and manholes before connecting new sewer lines 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. C. All new sewer lines 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 sewer line 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. F. Connect new sewer lines to existing manholes in a neat, workmanlike manner, to ensure a watertight connection. 3.13 GRAVITY SEWER LINE INSTALLATION - LNE SEWER LINES AND POINT REPAIRS A. Install sewer lines and point repairs as detailed above for new sewer lines 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. 3100.doc 8 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 is required. I I 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. 3.14 GRAVITY SEWER LINE INSTALLATION - AERIAL CROSSINGS A. Construct piers as shown on Drawings. B. Install encasement pipe on piers to grade. 3.15 FORCE MAIN PIPE INSTALLATION A. Install all pipe and fittings to the line and grade as detailed on the Drawings. All bolted valves, fittings, etc. shall be installed the same as water lines. Refer to Section 4100. 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. 3100.doc 9 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. K Test the pipeline per Section 5200 -Inspection and Testing of Sewer Lines, Manholes, and Service Lines. L. After the pipeline is installed and visually inspected by the Engineer, bacld-ill the trench per Section 2300 -Excavation, Baclriilling, 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. 3.16 INSTALLATION OF POLYETHYLENE PROTECTION MATERIAL A. Polyethylene material, either in tubing form or in the form of flat sheet or rolls, as specified herein, shall be placed around all buried mechanical joints of pipe and fittings, valves, sleeves, couplings, and any other appurtenance with exposed bolts. Any and all iron or steel components installed below ground shall be double wrapped with the polyethylene material. B. Ductile iron and steel pipe and appurtenances shall be completely encased in polyethylene tubing material. It is not the intent that the material form an enclosure that is absolutely air or water tight, but to prevent pipe to soil contact. C. Polyethylene tubing shall be applied to pipe in double layers by one of the following methods: 1. Method "A": Cut polyethylene tubes to a length approximately two feet (2') longer than the length of the pipe section. Slip the tubes around the pipe, centering it to provide a one foot (1') overlap on each adjacent pipe section, and bunching it accordion fashion lengthwise until it clears the pipe ends. Lower the pipe into the trench and make up the pipe joint with the preceding 3100.doc 10 section of pipe. A shallow bell hole must be made at joints to facilitate installation of the polyethylene tube. After assembling the pipe joint, take bunched polyethylene from the preceding length of pipe, slip it over the end of the new length of pipe, and secure in place. Then slip the end of the polyethylene from the new pipe section of the end of the first wrap until it overlaps the joint at the end of the preceding length of pipe. Secure the overlap in place. Take up the slack width to make snug, but not tight, fit along the barrel of the pipe, securing the fold at quarter points with tape. I 2. Method "B": Cut polyethylene tubes to a length approximately one foot (1') shorter than the length of the pipe section. Slip the tubes around the pipe, centering it to provide six inches (6I') of bare pipe at each end. Make polyethylene snug, but not tight; secure ends. Before making up a joint, slip two sections of three foot (3') length of polyethylene tube over the end of the preceding pipe section, bunching it accordion fashion lengthwise. After completing the joint, pull the two sections of three foot (3') length of polyethylene over the joint, overlapping the polyethylene previously installed on each adjacent section of pipe by at least one foot (1'); make snug and secure each end. D. Pipe -Shaped Appurtenances. Bends, reducers, offsets, and other pipe -shaped appurtenances shall be covered with double ' layers of polyethylene in the same manner as the pipe. E. Odd -Shaped Appurtenances. Valves, tees, crosses and other odd -shaped pieces which cannot practically be wrapped in a tube, shall be wrapped with two layers of flat sheets or split length of polyethylene tubes. The sheets shall be passed under the appurtenance and brought up around the body. Seams shall be made by bringing the edges together, folding over twice, and taping down. Slack width and overlaps at joints shall be handled as described in Paragraph 3.13.C.1 above. Tape polyethylene securely in place at valve stem and other penetrations. F. Qpenings in Tubing Material. Openings for branches, service taps, blow -offs, air valves, and similar appurtenances shall be made by making an "X" shaped cut in the polyethylene and temporarily folding the film back. After the appurtenance is installed, tape the slack securely to the appurtenance and repair the cut, as well as any other damaged areas in the polyethylene with tape. G. Junctions Between Wrapped and Unwrapped Pipe. Where polyethylene wrapped pipe joins a pipe that is not wrapped, extend the polyethylene tube to cover the unwrapped pipe a distance of at least two feet (2') and secure the end. H. The polyethylene material shall be secured around the pipe and appurtenances by at least three (3) circumferential wraps of tape (sde Section 3000 for materials). 31 o0.doc 11 1. All tongs, cables, or chains that are used for lifting pipe and appurtenances that have been encased in polyethylene material shall be adequately padded to prevent damage to the material. J. Repair any rips, punctures, or other damage to the polyethylene with tape or with a short length of polyethylene tube cut open, wrapped around the pipe and secured in place. K. Polyethylene material shall be stored on the job site in such a manner that it is not exposed to direct sunlight. Exposure during installation shall not exceed forty-eight (48) hours. L. Backfill material shall be the same as specified for pipe without polyethylene wrapping. Special care shall be taken to prevent damage to the polyethylene wrapping when placing backfill. Backfill material shall be free from cinders, refuse, boulders, rocks, stones, and/or other material that could damage polyethylene. 3.17 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 (20) feet of watertight encasement pipe, centered over the point of crossing. Crossings that are not perpendicular will require more than twenty (20) feet of encasement. The encasement shall extend a minimum of ten (10) feet perpendicular from the outside edges of the line that is not being encased. The ends of the encasement pipe shall be sealed watertight. Refer to Section 3400 — Steel Encasement Pipe. 3.18 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 installed in steel encasement a minimum of 5 feet either side of the storm drain. END OF SECTION 3100 3100.doc 12 SECTION 3200 INSTALLATION OF SEWER SERVICE LINES 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 — Sewer Pipe, Fittings, and Materials E. Section 3100 —Installation of Sewer Pipe, Fittings, and Materials F. Section 3300 — Manholes G. Section 3600 — Cast -In -Place Concrete H. Section 5200 - Inspection and Testing of Sanitary Sewer Lines, Manholes, and Service Lines I. Section 6000 — Pavement Repair J. Section 6100— Lawn and Grass Restoration 1.03 DEFINITIONS A. 3200.doc I 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. 1 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 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 A. Inspect all service lines per Section 5200 - Inspection and Testing of Sanitary Sewer Pipelines, Manholes, and Service Lines. 1.05 SUBMITTALS A. 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. 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. 3200.doc 2 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 repre contractor is responsible for verifying these One Call System" before excavating. PART2-PRODUCTS 2.01 BEDDING AND BACKFILL A. Refer to Section 2300 — Excavation, 2.02 PIPE AND FITTINGS 2.03 2.04 A. Refer to Section 3000 — Sewer Pipe, Fi materials. sent the exact location; however, the locations and contacting "Arkansas and Compacting. and Materials for allowable BACKFILL AND ASPHALT FOR PAVEMENT REPAIRS A Refer to Section 6000 — Pavement Repair MANHOLES, MANHOLE FRAMES, AND COVERS A. Refer to Section 3300 — Manholes 2.05 CONCRETE A. Refer to Section 3600 — Cast -In -Place 3200.doc 3 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 steel encasement 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. 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. 3200.doc 4 H. At the end of each day's work, and when forlany 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 far 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 1. 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. 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. 3200.doc 5 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. 4. Manhole taps are considered as part of the service line and are subject to 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. 3200.doc 6 D. After the pipeline is installed and visually inspected by the Engineer, backfill the trench and clean up the site per Section 2300 - Excavation, Backfiiling, and Compacting. E. Test the service line per Section 5200 - Inspection and Testing of Sewer Lines, 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. I 3.07 SERVICE LINE REPLACEMENTIREPAIRS A. Obtain permit per City of Fayetteville require eats. 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. 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. 3200.doc 7 • (THIS PAGE INTENTIONALLY LEFT BLANK) • • • END OF SECTION 3200 • • i • i ! ! • i i • ! ! 3200.doc 8 • • i SECTION 3300 MANHOLES PART 1- GENERAL 1.01 WORK INCLUDED A. 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 — Installation of Sewer Pipe, Fittings, and Materials. C. Section 3200 — Installation of 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 1.05 REFERENCES A. Not Used. 1.06 MANHOLE DIMENSIONS AND LAYOUT ificallv below. 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, mini 2. Throat section height: 18 inches, mu 36 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 at0°-45°Bend at 45°-90° Bend Pipe Size 8" - 15" 48" 48" 16" - 30" 60" n 60" 33" - 42" 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 A. Water: Potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter, and dirt. 2.02 CEMENT A. Portland Cement, conforming to AASHTO M 85, Type 1. 2.03 MANHOLE GROUT 3300.doc A. 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 S • • S • O 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 • O 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 O concrete batch. • O C. Mark each piece plainly with manhole numbers and date of manufacture so it can be installed in the proper location, as shown on theplans. • • 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, hardens 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. 1. The frame for the cover shall be installed after the cone section is installed in the r field. • . 1. 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- 3300.doc 3 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. 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; 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. 3300.doc n 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 115 -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. 1. 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 1 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. 2.07 MANHOLE DROP A. Drop on the outside of the manhole: Concrete encased PVC pipe and fittings as specified in Section 3000 — Sewer Pipe, Fittings, and Materials. 2.08 STANDARD MANHOLE FRAME AND COVER A. Covers located on manholes owned by the City' of Fayetteville, generally within the Fayetteville City Limits, shall 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. Covers located on manholes operated and maintained by the City of Fayetteville, generally outside the Fayetteville City Limits, shall have the words SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include two closed pick holes in top side of cover. C. Minimum combined weights of the manhole frame and cover is 210 pounds. Minimum cover weight is 110 pounds. Minimum frame weight is 100 pounds. 3300.doc 5 D. All casting shall be AASHTO H-20 rated. E. 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." F. All castings: Free from porosity, blowholes, hard spots, shrinkage, distortion and other defects; smooth and well cleaned by sandblasting; manufactured true to pattern. G. 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. H. Cover and frame bearing surface: smooth finish, non -rocking design or machined bearing surfaces to prevent rocking and rattling under traffic. I. Cast Iron: ASTM A 48, Class 35B. J. 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. Covers located on manholes owned by the City of Fayetteville, generally within the Fayetteville City Limits, shall 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. C. Covers located on manholes operated and maintained by the City of Fayetteville, generally outside the Fayetteville City Limits, shall have the words SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include two closed pick holes in top side of cover. D. Hinged and gasketed manhole frame and cover shall open to 120°, remove at 120°, and have a safety stop at 90°. E. All casting shall be AASHTO H-20 rated. F. 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." G. All castings: Free from porosity, blowholes, hard spots, shrinkage, distortion and other defects; smooth and well cleaned by sandblasting; manufactured true to pattern. 3300.doc n H. 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- 1116 inch per foot. 1 I. Cover and frame bearing surface: smooth finish, non -rocking design or machined bearing surfaces to prevent rocking and rattling under traffic. J. Cast Iron: ASTM A 48, Class 35B. K. Ductile Iron: ASTM A 536, Grade 80-55-06. L. Frame shall be anchored to ,the manhole cone per standard detail. 2.10 MANHOLE STEPS A. Manhole steps shall NOT be installed in any manholes. 2.11 RUBBER WATERSTOP GASKETS A. Waterstop gaskets shall be required at ALL manhole connections. Manhole seals shall be concrete manhole adapter by Fernco; A-Lok, or approved equal. 2.12 MANHOLE RISER RING A. Manhole riser rings shall be compatible with the size and type of manhole cover with which it will be used. B. A maximum of 6 inches of riser rings shall be permitted. Adjustments greater than 6 inches will require grade adjustment rings. 2.13 MANHOLE GRADE ADJUSTMENT RINGS L`? C Grade adjustment rings shall be required to adjust the frame and cover to grade as required. Sloped grade adjustment rings may be required to match the slope of paved areas. Grade adjustment rings shall be injection molded, recycled HDPE as manufactured by Ladtech, Inc. 1 3300.doc 2.14 RAIN STOPPERS (MANHOLE INSERT) Rain stoppers shall be installed in ALL manholes that are not hinged with gaskets. 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. 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 10 -year warranty on the body of the dish and a 5 -year warranty on all other 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. Insert shall be 304 stainless steel. 3. The manhole insert shall be as manufactured by Inflow Systems, Inc., Largo, Florida or approved equal. 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. 3300.doc 8 E. F. Pipe installed for future extensions shall have one full joint of pipe installed. After manhole is constructed, wait no less than 48 hours, then backfill per Section 2300 - Excavation, Backfilling, and Compacting. 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. The frame shall be installed to match the slope of paved areas. C. Install rubber waterstop gaskets in the walls around all pipes. D. Interior finish: Smooth, free of fins or sharp edges. E. Flow channels shall be shaped and formed in each manhole to provide a smooth transition of flow from all inlets to the outlet. I The bench wall shall be formed from the center of the manhole to the outlet pipe in the shape of 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 reinforcement approved by the Engineer. 3.03 PRECAST MANHOLES depth shall be connected with 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 pinne. D. The frame shall be set in accordance with City of Fayetteville Details. The frame shall be installed to match the slope of paved areas. E. 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). I F. Grout joints between sections, interior only. 3300.doc 9 G. Interior finish: smooth, free of fins or sharp edges. H. Flow channels shall be shaped and formed in each manhole to provide a smooth transition of flow from all inlets to the outlet. The bench wall shall be formed from the center of the manhole to the outlet pipe in the shape of a "U" as shown in the Standard Details. I. Grout and/or plug lifting holes for manholes. J. All manhole joints shall be sealed with an external joint wrap material. 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 for Cast -In -Place manholes 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. Flow channels shall be shaped and formed in each manhole to provide a smooth transition of flow from all inlets to the outlet. The bench wall shall be formed from the center of the manhole to the outlet pipe in the shape of a "U" as shown in the Standard Details. D. Invert materials and finish: Class B Concrete, smooth finish. 3300.doc 10 E. Invert grade: Constant, smooth grade; no F. Bench: Slope grout upward from the edge of 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. I H. Cut the upper half of any pipe extending inside the manhole wall flush with the wall. Smooth rough edges with grout. I 3.07 MANHOLE REPAIRS A. Make all repairs in accordance with these specifications. B. Use manhole grout in patching around new taps. a C. Plaster all brickwork with mortar. I 3.08 MANHOLE ADJUSTMENTS A. Manhole riser rings may be used to raise manhole covers to grade. B. Manhole riser rings shall be sealed with Adeka P-201 or Manus -Bond 75AM to create a water tight seal. C. Adjustments greater than 6 inches will requir ' grade adjustment rings in accordance with the details. D. 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, 6 -inch wide butyl external joint wrap material, or equal, in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the trowelable waterproofing material when backfilling, following sealing of the frame to the manhole. i E. 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 STEEL ENCASEMENT i 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 on the Drawings. B. Provide encasement pipe by open cut cons C. Pulling or jacking carrier pipe through enc D. Providing synthetic end seals at ends of er 1.02 RELATED WORK ion where shown on the Drawings. pipe. pipe. A. Section 3100— Installation of Sewer Pipe, Fittings, and Materials B. Section 4100 — Installation of Water Pipe, Fittings, and Materials 1.03 REFERENCES A. American Society for Testing and Materials 1. ASTM A139 Specification for Electric -Fusion (Arc) - Welded Steel Pipe (sizes 4" and over). 2. ASTM A211 Specifications for Spiral -welded Steel or Iron Pipe. B. American Welding Society (AWS): 1. AWS Dl .1 Structural Welding Code. PART 2 -PRODUCTS 2.01 MATERIALS A. Encasement pipe: Smooth wall steel pipe conforming to ASTM A-53 / ASTM A283 / ASTM A-135, Grade B, CW, physical tests only (no hydrostatic test required). The pipe shall have beveled ends prepared for welded joints. The pipe steel shall have a minimum yield strength of 35,000 psi. B. Welding materials: Type required for materials being welded and conforming to applicable AWS Specifications. 3400.doc ! 1 C. 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. D. 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. E. Casing Spacers: Shall be stainless steel, Cascade Model CCS as manufactured by Cascade Waterworks Mfg. Co., or approved equal. F. Casing End Seals: Casing end seals shall be one-piece and be of the pull -over type construction. Overlapping style end seals are not permitted. Casing end seals shall be of a synthetic material that is designed for the specific application. Casing end seals shall be secured to the encasement pipe and the carrier pipe with stainless steel bands. Casing end seals shall be Cascade Model CCES, or approved equal. G. Polyethylene Encasement: Polyethylene encasement shall be in conformance to ANSI/AWWA CI05/A21.5, latest revision. 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 Pine 20" OR LESS 24"-30" 36" 48" - 60" 72" Minimum Thickness .250" .375" .500" .625" .750" Sizes not listed above shall be determined on an as -needed basis by the City. C. When boring under railroad right-of-way, minimum thickness shall be determined by railroad standards. 3400.doe 2 2.03 MINIMUM DIAMETER i A. The minimum diameter for encasement pipe shall be such that the carrier pipe, along with casing spacers and joint restraints, will j not bind against the inside of the encasement pipe during installation. The minimum diameter of encasement pipe shall be as follows: Diameter of Carrier Pipe 219 3" 4" 6" 8" 10" 12" 14" - 16" 18'1- 20" 24" 30" 36" 42" 4811 PART 3- EXECUTION 3.01 EXCAVATION 36" 42" 48" 54" 60" 72" 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. 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 I 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. 3400.doe 3 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 D1.1. 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. 8. Cathodic protection shall be installed on the steel encasement pipe. Use l 7# HP magnesium anodes bonded to the steel encasement pipe. 9. End seal shall be installed after the carrier pipe has been installed. C. Open Cut: 1. Excavate trench as required. 2. Steel encasement pipe shall be installed, bedded, and backfilled the same as ductile iron pipe. 3. Steel encasement pipe shall be double poly wrapped. 4. End seal shall be installed after the carrier pipe has been installed. 3.03 INSTALLATION, CARRIER PIPE A. Joint pipe as specified in Section 3100 or 4100. 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 three casing spacers shall be installed on pipe up to 20 -foot pipe joints. C. All carrier pipe installed through the encasement shall be fully restrained. Over - belling of the carrier pipe shall be prevented. 3400.doc 4 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 2300 — Excavation, Backfilling, and Compacting. 3.05 CLEANUP A. Clean up ground surface around work area in same manner as specified for line work in Section 2300 - Excavation, Backfiuing and Compacting. 3400.doc 5 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3400 3400.doc 6 SECTION 3500 SEWER PUMP STATIONS PART 1- GENERAL 1.01 GENERAL REQUIREMENTS A. This Section pertains to the requirements for the design and construction of submersible type lift stations, which are the primary type constructed as part of private development. Their design and approval will be handled on a case -by - case basis. B. A registered Civil Engineer shall seal the civil portion of the drawings. A registered Electrical Engineer shall seal the electrical portion of the drawings. All engineers shall be registered in the State of Arkansas. C. Pump stations meeting or exceeding the requirements set herein will be approved. Any proposed alteration of the pump station dimensions, equipment, controls, etc. from the standards set forth herein will Abe approved only upon the submittal of plans and specifications of the proposed changes to the City, and upon the City's written approval. D. Pump Stations, in general, shall be submersible type including a minimum of two (2) pumps and motors of minimum pumping capacity of 100 gpm under site operating conditions, wet basin, separate valve pit, valves, piping, hatches, guide rails, pump removal components, control center, level controls, remote monitor package, interconnecting electrical wiring, incoming power and telephone supply, and all other features regularly and normally required as a part of a complete and functional facility. All work shall be in accordance with site requirements, details in the Drawings, these Standards and the manufacturer's recommendations. i E. All Pump Stations shall be designed for and operate on 480 V, three (3) phase power. No deviation from this requirement shall be permitted without the express prior written approval of the City. I r F. The station shall be equipped with a remote monitor capable of monitoring the status of the lift station and communicating with the City's existing SCADA system housed at the Noland WWTP. This system shall be purchased and installed by the City at the developer's or contractor's expense. i G. All of the mechanical and electrical equipment shall be an integral package supplied by the pump manufacturer with local representation so as to provide undivided responsibility. The package shall be equal in construction and performance to Fairbanks Morse Pump equipment or Flygt Pump equipment and other specific requirements set forth herein and in the approved plans. 3500.doc H. The Contractor shall submit to the City for review and approval three (3) sets of shop drawings, detailed specifications, pump warranty, and performance characteristics for all of the equipment and fixtures to be furnished and installed. The Shop Drawings and equipment data shall be submitted with a cover letter, Contractor's stamp of approval, and Engineer's stamp of approval indicating that he has reviewed, checked, and approved the data submitted. The City will review the submittal and render a decision in writing as to the acceptability of the equipment. Without prior written City approval, the item of work may not be accepted. I. Any exceptions to this Standard or associated approved Plans shall be submitted in writing and clearly stated. The exceptions must be approved by the City prior to proceeding with the work. J. All mounting and fastening hardware shall be stainless steel. K. All components of the pump station that are exposed to weather shall be constructed of material that is resistant to corrosion and will not require surface protection throughout the expected life of the lift station. In general, these materials are stainless steel, aluminum, fiberglass reinforced polyester (FRP), and ultraviolet stabilized PVC. L. All valves and ductile iron fittings shall be epoxy coated inside and out. All ductile iron piping coming in contact with wastewater or installed in the wet well, dry well or valve pit shall be coated with epoxy inside and out. Acceptable interior epoxy for ductile iron pipe shall be Protecto 401, or approved equal. Acceptable field applied exterior coating of ductile iron pipe shall be Raven 405, or approved equal. All stainless steel hardware and accessories shall be protected from field applied coating of the epoxy. 1.02 PUMP STATION SITE A. The pump station site shall have minimum dimensions of 50' x 50' with a maximum cross slope of 5%. The site shall be an all-weather surface consisting of asphalt or concrete. Additional site area may be required depending on the diameter and depth of the wet well and other accessories. Final dimensions of the site shall be determined by the City Engineer. B. The City of Fayetteville must own the land, by deed and not by plat, on which sewer pump stations are located or anticipated to be constructed. C. The pump station shall be provided with an access drive to the nearest public road. The access drive shall be an all-weather surface with a stabilized gravel base and asphalt or concrete surface. If the slope is greater than 10%, the surface shall be constructed in such a way that the surface material cannot creep down slope. The drive shall enter the public road at a curb cut. 3500.doc 2 D. The pump station site shall be secured by a minimum 6' high wooden fence. Posts shall be a minimum of 3" SCH 40 galvanized steel. Gate posts shall be a minimum of 4" SCH 40 galvanized steel. Rails shall be 16 -gauge galvanized steel, 2" x 4" nominal dimensions. Pressure treated wood shall be installed in the rails to anchor the pickets. All pickets shall b constructed of cedar, and shall be a minimum of l"x6"x6'. All hardware used to anchor the cedar pickets to the steel rails shall be designated for use with cedar. A 12' wide double gate with lockable hasp shall be provided. A 3' wide man gate with lockable hasp shall be provided. 1.03 OPERATING CONDITIONS A. The characteristics and operating conditions of the lift station and pumps shall be provided in detail as part of the ENGINEER'S design and submitted for approval to the City. B. Prior to installation the Contractor shall submit the following information for each pump to the City for review and approval: 1. Pump capacity in gallons per minute; 2. Total dynamic head (TDH) and operating RPM; Use C=120 and C=140 3. Motor horsepower; 4. Motor rpm; 5. Motor voltage, phase and cycle; 6. Make and model number; and 7. Pump curves for the pumps to be provided. C. Pump station acceptance will be based upon pump drawdown tests. The acceptable range is +10% and -5% of the reported pump capacity in GPM. Pump flows outside of this range will result in nonF compliance of the standard and the pump station will not be accepted. 1.04 NOTES TO DESIGN ENGINEER A. SIZING OF WET BASIN 1. The wetwell storage depth below the lowest inlet shall be a minimum of 5'-0" and shall also meet the following criteria: a. All pumps OFF shall be I set at the pump manufacturer's recommended level but no less than 1'-6" from the bottom of the wetwell. 3500.doc 3 b. The distance between all pumps OFF and the lead pump ON shall be set to provide storage capacity equal to: 15 x RATED PUMP GPM 4 (i.e. 15 minute cycle minimum) c. The lag pump ON shall be set a minimum of 6" above the lead pump ON and a minimum of 12" below the lowest inlet invert. d. The high water alarm float shall be set a minimum of 6" above the lag pump ON and minimum of 6" below the lowest inlet invert. e. All level control elevations shall be set below the lowest inlet invert. 1.05 SMALL DIAMETER PRESSURE SEWERS A. Small diameter pressure sewer systems incorporating the use of individual home grinder pump units will be allowed on a case -by -case basis subject to the written approval of the City of Fayetteville and the Arkansas Department of Health. In general, these systems shall only be considered in areas where the surrounding areas are currently served by sanitary sewers and the site can not be sewered by gravity. B. The maintenance of the grinder pump station and building force main to the point of connection with the collector force main shall be the responsibility of the home owner. The City shall only be responsible for the maintenance of the collector force main. 1.06 PUMP STATION WARRANTY A. Pump station warranty shall be two (2) years from the date of acceptance per City maintenance bond requirements. PART 2— PRODUCTS 2.01 PUMPING EQUIPMENT A. Pumps shall be of the submersible type for handling raw unscreened sewage. Pump volute, motor and seal housing are to be high quality gray cast iron. Impeller shall be either cast iron or cast bronze of a non -clog design capable of handling minimum three (3) inch sphere solids, fibrous material, heavy sludge, and other matter found in normal sewage applications_ Impeller shall have pump - out vanes on the back shroud of the impeller to keep pumped material away from 3500.doc 4 i• C. L7 E. the seal area and increase operating life. Impeller shall be either slip fit or taper fit with key to securely lock the impeller to the driving shaft. The pump volute shall be fit with a replaceable bronze wear ring to minimize wear on the impeller and help achieve longer balanced operating life. All fasteners shall be of stainless steel. All mating surfaces where watertight sealing is required shall be machined and fitted with nitrile rubber O -rings. Sealing shall be accomplished when metal -to - metal contact is made, resulting in controlled compression of the rubber O -rings without requirement of a specific torque limit! The pump shall be provided with a mechanical rotating shaft seal system running in an oil reservoir having separate, constantly lubricated lapped seal faces. The lower seal unit between the pump and oil chamber shall consist of one (1) stationary seat and one (1) rotating ring held in place by its own spring. The lower seal shall be removable without disassembling the seal chamber. The upper seal between the motor and the seal chambe , shall be of the same design with its own separate spring system. The seals shall require neither maintenance nor adjustment, but shall be easily inspected and replaceable. The shaft sealing system shall be capable of operating submerged to pressures equivalent to two hundred (200) feet. No seal damage shall result from operating the pump unit out of its liquid environment. The seal system shall not rely upon the pumped media for lubrication. The seal chamber shall also be equipped with a seal failure sensor probe which will sense water intrusion through the lower seal. This sensor is to be connected to an alarm in the control panel to indicate lower seal failure. The stator winding, rotor and bearings are to be mounted in a sealed submersible type housing. Insulation utilized in the stator windings shall be Class F with maximum temperature capability of 155EC. ! Motor housing shall be filled with a high dielectric oil to give superior heat transfer and allow the bearing to run in a clean, well lubricated environment; or the housing shall be air filled with grease lubricated bearings. The pump and motor are to be specifically designed so that they may be operated partially or completely submerged in the liquid being pumped. The pump should not require cooling water jackets. Stator shall be securely held in place with a removable end !ring and threaded fasteners so that it may be easily removed in the field without use of heat or press. Shaft shall be of stainless steel and supported by ball bearings. Motor shall be provided with heat sensing units attached to the motor windings which shall be connected to the control panel to shut down pump if overheating occurs. F. Pump motor cable and heat sensor/seal failure sensor cable shall be suitable for submersible pump applications and this shall be indicated by a code or legend permanently embossed on the cable. Cable sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor 3500.doc voltage conversion without replacing the cable. Cable of the proper length shall be provided to eliminate need for splices or junction boxes between pump and "control center". The cable shall enter the motor through a cord cap assembly which is double sealed allowing disassembly and disconnect of the wires and the motor and still not damage the sealed characteristics of the motor housing. Each individual conductor shall be color coded in accordance with generally accepted industry standards. The color coding shall designate the application of the conductor. G. The pump mounting base shall include adjustable guide rail supports and a discharge connection with a one hundred twenty-five (125) pound standard flange. The base and the discharge piping shall be permanently mounted in place. The base plates shall be anchored in place utilizing epoxy type anchors with stainless steel studs and nuts as manufactured by HILTI Fasteners, Inc. or equal. H. A rail system shall be provided for easy removal of the pump and motor assembly for inspection and service. The system shall not require a man to enter the wetwell to remove the pump and motor assembly. Two (2) rails of two (2) inch stainless steel pipe shall be provided for each pump. The guide rails shall be positioned and supported by the pump mounting base. The guide rails shall be aligned vertically and supported at the top by attachment to the access hatch frame. One (1) intermediate guide rail support is required for each fifteen (15) feet of guide rail length for stainless steel pipe. I. The pumps shall be equipped with sliding brackets or rail guides. To insure easy removal of the pumps, the rail guides attached to each pump shall not encircle the rails. A stainless steel lifting chain or manufacturer's pump removal system (similar to the Flygt Lift) of adequate length for the basin depth shall be provided for each pump. Each pump shall be equipped with a permanent, stationary lifting handle with a minimum clearance of 12" between the top of pump and bottom of handle. J. The rails and the rail guides shall function to allow the complete weight of the pumping unit to be lifted on dead center without binding and stressing the pump housing. The rail system shall function to automatically align the pumping unit to the discharge connection by a simple downward movement of the pump. No twisting or angle approach will be considered acceptable. The actual sealing of the discharge interface may be of the metal -to -metal contact. No sealing gaskets will be permitted. K. Pump warranty shall be provided by the pump manufacturer and shall warrant the units being supplied to the Owner against defects in workmanship and materials for a period of five (5) years under normal use, operation and service. The warranty shall be in printed form and apply to all similar units. A copy of the warranty statement shall be submitted with the approval drawings. 3500.doc 6 2.02 BASIN, VALVE PIT AND ACCESSORIES A. C. I,' E. The basin and valve pit are to be constructed of precast concrete meeting the requirements of ASTM C-478. Cast -in -place monolithic structures may be substituted with the prior written approval o f the City. Minimum valve vault and wetwell diameter shall be 6'-0'. The actual arrangement of the structures are to be as shown in the approved Plans. The wetwell basin top shall be provided with a six (6) inch stainless steel vent having a downward pointing inlet and screen over the inlet opening. The basin, valve pit, flat tops, and base slabs are to be constructed of precast or cast -in -place reinforced concrete manhole sections conforming to ASTM C-478. All joints between precast sections shall be made with an approved rubber O -Ring in accordance with ASTM C-443 and'a 1/21 inch diameter non -asphaltic mastic conforming to AASHTOI M-198 and Federal Specification SS -521-A. All manhole joints shall be sealed with an externalijoint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC or Infi-Shield® Gator Wrap by Sealing Systems, Inc. In addition, the :outside wall below grade is to be coated with bituminous waterproofing material. The top and bottom of the chambers shall be precast or may be poured in place concrete if approved by the City Engineer. The wetwell pump basin and the valve pit chamber shall be enclosed at grade level with a reinforced concrete pad rectangular in shape and extending a minimum of 1'-0' from the chambers outside dimension. All concrete surfaces within the wet well shall be coated with one of the products listed below. These 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. 1. Raven Ultra High -Build Epoxy Coati g, 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 r Flexural Strength + ASTM D79 Compressive Strength ASTM D69 Tensile Strength ASTM D63 Tensile Elongation ; ASTM D638 Adhesion ASTM D4541 m requirements: 6,000 psi 8,000 psi 4,000 psi 4% Concrete Substrate Failure The pump supplier shall provide an aluminum two (2) door access hatch frame and door assembly to be installed in the concrete basin top. This door assembly 3500.doc 7 shall provide access for removal of the pumps and shall support the guide rails. The doors shall be provided with lifting handle, safety latch to hold door in the open position and a hasp suitable for padlock. The doors shall have a nonskid finish and be designed for light, medium, or heavy duty, depending on the location of the pumping station. F. An aluminum single door access hatch frame and door assembly similar to the one described above shall be provided for use as entry to the valve pit. Minimum opening for the valve box entry shall be thirty-six (36) inch by thirty-six (36) inch. G. A swing check valve with external swing arm and a full port (100% area) eccentric plug valve shall be installed in the valve pit in each pump's discharge piping. A minimum clearance of twelve (12) inches shall be allowed from the bottom of the valves to invert of the pit. A drain pipe and p -trap shall be installed to drain the valve pit back to the wet basin but not allow the wet basin liquid to enter the valve pit. In addition, a 1/2" NPT tap and ball valve shall be provided on the discharge side of the pumps past the valves to facilitate pressure readings for the pump discharge. H. All yard piping within the pump station site shall be centrifugally cast ductile iron and shall conform to ANSI Specifications A21.51 and AWWA C-151, latest revision and shall be Pressure Class 350, 300, 250, or 200 wall thickness dependent upon site conditions. All direct buried ductile iron pipe and fittings shall be double poly -wrapped. I. Force main pipe downstream of the pig launch structure shall be DIP or PVC in accordance with Section 3000. All force main pipe shall have tracer wire installed along its entire length. Gate valves (up to 10 -inch) or full -port plug valves (12 -inch) 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." 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. J. Sewer line 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 3500.doc 8 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 white in color with green and black lettering. The label shall be affixed to two sides of the marker. An additional white 1" wide reflective tape (3M or equal) shall be placed around the full circumference of the top of the marker. I Concrete shall be placed 6 -inches around and 1 -foot deep around the base of each marker. K. All force mains shall be equipped with a pig launch within the pump station site. A fire hydrant is required to be located within 100' of the site to facilitate pigging of the force main. 2.03 GENERAL ELECTRICAL A. A single main fusible or breaker disconnect I switch of adequate size to provide g q power for the "control center" and its related C omponents shall be provided by the Contractor. B. The disconnect switch shall be housed in a NEMA 4X stainless steel enclosure with an external operation handle capable of being locked in the ON position. C. The pump station site shall include a GFI convenience outlet with 20 amp breaker and suitable transformer or power supply to provide 110 volt single phase power to the convenience outlet. D. A minimum four (4) inch PVC schedule 40 wall conduit shall be provided from the wetwell basin to the control center which will allow the pump power cables, sensor cables and level controls to be pulled through without difficulty and allow the use of one (1) piece cables from the pumps and level controls to the control center. The conduit shall be sealed at the control center to avoid entrance of sewer gases into the control panel. E. A minimum three-quarter (3/4) inch PVC 'schedule 40 wall conduit shall be provided from the valve vault to the control center for future remote monitoring of the swing check valves. F. All vertical conduit and transitions from horizontal to vertical runs shall be rigid metallic conduit. Horizontal, below grade, conduit runs may be either Schedule 40 PVC or rigid metallic conduit. 2.04 CONTROL CENTER A. The control center shall be built in a NEMA 4X stainless steel enclosure and shall be suitable for the specified horsepower and voltage for the pumping equipment. The outer door of the panel shall be hinged dead front with provisions for locking with a padlock. Inside shall be a separate Binged panel to protect all electrical 3500.doc 9 components. H -O -A switches, run lights, circuit breakers, etc. shall be mounted such that only the faces protrude through the inside swing panel and no wiring is connected to the back side of the inside swing panel. The control center shall be located so as to provide safe access to the panel while wetwell hatch doors are opened, and shall be positioned so as not to be between the access drive and the wetwell. B. A circuit breaker and magnetic starter with three (3) leg overload protection and manual reset shall be provided for each pump. Starters shall have auxiliary contacts to operate both pumps on override condition. A separate circuit breaker shall be supplied for power to the control circuit. The control center shall include an extra circuit breaker of adequate size to provide 115 volt, single phase power for the remote monitor panel. The control center shall include a control voltage transformer to reduce supply voltage 115 volt, the float circuit and associated relays which shall be provided with 24 volt control voltage. An alternating relay shall be provided to alternate pumps on each successive cycle of operation. A green run light and H -O -A switch shall be provided for each pump. A terminal strip shall be provided to make field connections of pump power leads, level control, seal sensor leads, heat sensor leads, and remote monitor panel interconnections. C. A time delay relay shall be provided to delay start of second pump should power outage occur. D. The control center shall incorporate connections for heat sensors which are installed in the pumps. The connection shall disconnect the starter upon high temperature signal and will automatically reconnect when condition has been corrected. E. The control center shall incorporate connections for seal failure sensors which are installed in the pumps. The panel will have a seal failure alarm light for each pump. This alarm indicates failure of the lower mechanical seal in the pump. This will be an alarm light only and will not shut down the pump. F. The control center shall include an hour meter for each pump to register the elapsed operating time of each pump. G. The control center shall have a high water alarm built into the main enclosure. The high water alarm shall consist of a flashing alarm light with red Lexan plastic cover or red glass globe with metal guard mounted on top of the enclosure such that it is visible from all directions. An alarm horn shall be mounted on the side of the enclosure. A push to test horn and light button as well as a push to silence horn button shall be provided and mounted on the side of the enclosure. H. The control center shall include a condensate heater to protect against condensation inside the enclosure. The heater shall be placed so as not to damage any other component or wiring in the control center. 3500.doc 10 I. The control center shall include lightning protection and a phase monitor relay to shut down the control circuit and protect the equipment due to loss of phase or phase reversal. The three (3) phase sequence voltage relay shall be of the 8 -pin connector type. J. The control center shall incorporate an alternator selector switch to allow selection of automatic alternation or manual selection of the lead pump. K. The control center shall be suitable for connection to a remote monitor package as described in the section titled "Remote Monitor Package". The main control must include the following interconnection capability: 1. Circuit breaker to power remote monitor panel as described above. 2. Relay contact to signal high water alarm. 3. Relay contact to signal tripping of the overload of any of the pumps. 4. Relay contact to transmit signal of seal failure or heat sensor trip of any of the pumps. 5. Relay contact to indicate phase failure 6. Relay contact to signal pump motor starts, i.e. ON or OFF L. All component of the control center shall be American made and available from local sources. In particular, items such as circuit breakers, overload protection, relays, etc. shall be available and in stock by local sources. M. Pump control shall be achieved by the use ,of a bubbler system. The bubbler system shall include integral air supply generated by an on -site air compressor unit, flow regulator, pressure sensing equipment for level indication and pump control, stainless steel tubing, bypass/blowdown valve for cleaning bubbler tube, and all other material, equipment, and labor required for a complete, tested, and accepted bubbler control system. The Controller shall be model SC2000 as manufactured by Motor Protection Electronics of Apopka, Florida (407) 299- 3825, or approved equal by the City of Fayettville. N. In order to maintain unit responsibility and warranty on the pumping equipment and control center, the control center must be accepted in writing by the pump manufacturer as suitable for operation with the pumping equipment. 2.05 SCADA REMOTE MONITOR PACKAGE A. The station shall be equipped with a remote) monitor capable of monitoring the status of the lift station and communicating with the City's existing SCADA system housed at the Noland WWTP. This system shall be purchased and installed by the City at the developer's or contractor's expense. 3500.doc 11 2.06 SPARE PARTS A. The Contractor shall supply one set of spare parts for each pump for each station, including at a minimum the following: 1. Impeller; 2. Upper seal assembly; 3. Lower seal assembly; 4. Upper bearing assembly; 5. Lower bearing assembly; 6. Wear rings; and 7. O -Rings and gaskets (two (2) sets). 2.07 OPERATION AND MAINTENANCE MANUALS FA W Three (3) operation and maintenance manuals shall be submitted to the City Manuals shall include, at a minimum: 1. Operation instructions; 2. Maintenance instructions; 3. Recommended spare parts list; 4. Lubrication schedules; 5. Structural diagrams; 6. As -built wiring diagrams; and 7. Bill of materials. 8. Copy of design engineer's pump operating point calculations, population assumptions, average daily flow, and peaking factor 2.08 GENERATOR SET A. GENERAL 1. The pump station shall include an on -site backup power generator. The generator and lift station combination must include switching and control gear such that the backup power source is activated automatically without human action. The fuel source shall be natural gas. In the event that natural gas is unavailable, propane shall be used with a minimum tank sized to run all pumps at full load for 48 hours. The generator must be capable of operating the lift station at full capacity, i.e., with the largest pumps, impellers, and motors, and the greatest number of pumps, that the lift station can physically contain, with all of the above operating at full speed simultaneously. 3500.doc 12 B. EQUIPMENT 3. GI 5. The generator set shall be minimally rated at the kW rating as indicated on the drawings when ,operating at 2771480 volts, 0.8 lagging power factor. The generator set shall be capable of this rating while operating in an ambient temperature condition of 1221F (50°C). The generator set shall be capable of starting motor loads as indicated on the drawings along with a minimum station load of 5 kW and a maximum voltage dip of 25%. The engine shall deliver power at a governed speed of 1 800 rpm. Sound Attenuated Weather Protective Enclosure a. Manufacturer shall have a minimum five years experience in the design and construction of weather -protected generator -set enclosures. b. The enclosure panels shall be assembled with modular, bolt - together construction. ! c. Enclosure shall include the following features: 1) Foam insulation on all interior surfaces 2) Sound level not to exceed 68 dba within 7 meters of enclosure surface in any direction 3) All exterior and interior surfaces finished with baked -on powder -coat 4) Bottom flange with multiple mounting holes 5) Stainless steel door hardware and lift-off hinges 6) Lockable doors 7) Gasketed access doors Automatic Transfer Switch (ATS) a. It is the intent of this specification to secure automatic transfer switches that have been prototype tested, factory built, production tested, and site tested, together with all accessories necessary for a complete installation as shown on the plans and drawings and specified herein. Automatic transfer switches with number of poles, voltage and current ratings as shown on the plans shall be provided. Each ATS shall consist of an inherently double -throw power transfer switch unit ands a control module interconnected to provide complete automatic operation. All equipment shall be new and of current production iby an international firm which manufactures the generator, controls, and transfer switch. The company selected will assemble the standby generator set and 3500.doc 13 system as a matched unit so that there is one -source responsibility for warranty, parts and service through a local representative with factory -trained personnel. b. ATS shall be sized as indicated on the drawings, 480 volt, 3 phase, 4 wire, 3 pole with solid neutral. 6. Submit motor starting calculations and generator sizing calculations for approval. 7. The generator set shall provide the following status signals to the SCADA package: a. b. PART 3— EXECUTION Generator status Generator general alarm 3.01 SYSTEM OPERATION A. On wet well level rise, the lead pump shall start at the lead pump ON elevation. With the lead pump operating, the wet well level shall lower to all pumps OFF and turn off the pump. The alternating relay in the control center shall index on stopping of the pump so that the lag pump will start on the next operation. B. If the wet well level continues to rise when lead pump is operating, the override switch shall energize and start the lag pump. Both lead and lag pumps shall operate together until low level switch turns off both pumps. If level continues to rise when both pumps are operating, alarm level switch shall energize and signal the alarm. C. If one pump should fail for any reason, the second pump shall operate on the override switch. D. If the pumps fail to turn off for any reason after receiving the signal for all pumps OFF, a low level alarm shall signal. E. All level controls shall be adjustable for level setting from the surface. END OF SECTION 3500 3500.doc 14 SECTION 3600 CAST -IN -PLACE CON PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers cast -in -place concrete ma finishing in conjunction with water and sewer B. Use Class B Concrete for all structures. C. Use Class A Concrete for bedding and blocking only. 1.02 RELATED WORK reinforcing steel, forms, and A. Section 2300 — Excavation, Backfilling, and Compacting B. Section 3100 - Installation of Sewer Pipe, Fittings, and Materials C. Section 3200 — Installation of Sewer Service lines D. Section 3300 — Manholes E. Section 4100 - Installation of Water Lines and Service Lines F. Section 6000 - Pavement Repair 1.03 QUALITY ASSURANCE A. Not used. 1.04 SUBMITTALS 0 Submit mix design, equipment details, and vendor name for field batched concrete. 1.05 REFERENCES A. Not used. 3600.doc 1 PART 2- 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. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of Class A or Class B concrete. 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. Maximum net water/cement ratio = 0.49 b. Slump range: 1 - 4 inches c. Minimum 28 day compressive strength: 3,000 PSI 2. Class B Concrete: a. Maximum net water/cement ratio = 0.49 b. Slump range: 1 - 4 inches c. Minimum 28 day compressive strength: 4,000 PSI d. Air Content: 4- 7 D. Before beginning any concrete work, the Contractor shall have the concrete mix designed and the ingredients selected and proportioned by an approved independent testing laboratory meeting the requirements of ASTM E 329. Certified copies of all laboratory trial mix reports shall be sent to the Engineer from the testing laboratory for review. Do not place concrete prior to the Engineer's review and acceptance in writing of the concrete mix design. E. Cement: Portland Cement conforming to AASHTO M 85, Type I. Use Type III cement ( high early strength ) only if approved by the Engineer. F. Fly ash: Fly ash may be used as a partial cement replacement not exceeding 10% 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 Fa G. Water: potable water free from injurious amounts of acids, alkalis, oils, sewage, vegetable matter and dirt. H. Air entraining agent: use in all 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. 1. 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. I J. 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 A,STM 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. a D. Concrete shall not be placed when the temperature is below 40° F and dropping or below 35° F if the temperature is rising, ,unless approved by the Engineer. E. 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 3600.doc 3 (6) inches into the lower courses previously vibrated. Use vibrators in a substantially vertical position; insert at uniformly spaced points no farther apart than the visible effectiveness of the vibrator. F. 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. G. On all exposed surfaces, 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 4000 • • WATER PIPE, FITTINGS, AND MATERIALS PART 1- GENERAL S O 1.01 WORK INCLUDED • A. This section covers the manufacture, transportation, and storage of pipe, pipe joints, fire hydrants, fittings, and other materials for water lines and service lines. • • B. Use only materials approved by the City of Fayetteville. 1.02 RELATED WORK • • A. Section 3600 — Cast -In -Place Concrete B. Section 4100— Installation of Water Pipe, Fittings, and Materials • C. Section 5300 - Inspection and Testing of Water Lines 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 materials meet with these Specification requirements including material testing requirements. • 1.04 LEAD-FREE BRASS • • A. All brass shall be manufactured in accordance with the Safe Drinking Water Act as amended to be LEAD-FREE brass (<0.25% Pb). • PART2-PRODUCTS 2.01 POLYVINYL CHLORIDE (PVC) PIPE FOR WATER LINES • A. PVC pipe less than 4 inches in size shall lie manufactured in accordance with • ASTM D-2241 and shall be SDR 13.5. B. PVC pipe 4 inches through 12 inches in size shall be manufactured in accordance • with AWWA C900, latest revision, and shall be DR 14. • • • i 4000.doc • C. PVC pipe, couplings, and fabricated fittings shall be made from virgin PVC resin that has been compounded to provide physical and chemical properties that equal or exceed cell class 12454 as defined in ASTM D1784, latest revision. Clean, reworked material generated from the manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. D. Joints for PVC pipe shall conform to ASTM Specification D-3139, latest revision. E. Nominal laying length shall be 20 feet. Minimum length of a cut section of pipe shalt be 5 feet. F. Marking on pipe and shall include the following and shall be applied at intervals of not more than 5 feet. 1. Nominal size in inches and OD base (for example, 8 DI). 2. PVC. 3. Dimension ratio (for example, DR 14). 4. AWWA pressure class (for example, PC 305). 5. Test pressure for hydrotested pipe (for example, T330) or if not tested, "NOT HYDROSTATIC PROOF TESTED." 6. AWWA designation number for this standard (ANSI/AWWA C900, or ASTM D-2241). 7. Manufacturer's name or trademark and production run record or lot code 8. Seal (mark) of the testing agency verifying the suitability of the pipe material for potable -water service. 2.02 DUCTILE IRON PIPE FOR WATER LINES A. Ductile Iron Pipe shall conform to the requirements of "Ductile -Iron Pipe, Centrifugally Cast" AWWA Standard C151/A21.51, latest revision. B. Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile -Iron Pipe", ANSI/AWWA C150/A21.50, latest revision. Minimum pressure class shall be 250 psi. C. Joint connections, pipe and fittings (latest revision): 1. Push on and mechanical rubber gasket joints: ANSI/AWWA CI I I/A21.11. 2. Flanged: ANSI/AWWA C 1 l 5/A21.15, ANSI B 16.1. 3. Grooved and shouldered ANSI/AWWA C606. D. Nominal laying length shall be 20 feet. Minimum length of a cut section of pipe shall be 5 feet. 4000.doc 2 E. Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. Thel weight, class or nominal thickness, and casting period shall be shown on each pipe. The manufacturer's mark, country where cast, year in which the pipe was produced, and the letters "DI" or "DUCTILE" shall be cast or metal stamped on the pipe, and letters and numerals on pipe sizes 14 in. (356 mm) and larger shall be not less than 1/ 2 in. (13 mm) in height. F. Corrosion Control 1. Outside coating shall be an asphaltic coating approximately 1 mil thick. The coating shall be applied to the outside of all pipe. 2. The interior lining for use under normal conditions shall be a cement — mortar lining and seal coat in accordance with the latest revision of ANSI/AWWA C104/A21.4, latest revision and NSF 61. 3. Polyethylene wrap in tube or sheet form conforming to the requirements of ANSI/AWWA C105/A21.5, latest revision. The pipe shall be double wrapped. 2.03 POLYETHYLENE (PE) PRESSURE PIPE AND TUBING A. PE pipe 3/4 inches through 2 inches in size shall be manufactured in accordance with AWWA C901, latest revision, and shall be SDR 9. Color shall be black. B. PE pipe shall be made from virgin PE material compounds that meet ASTM D3350 requirements. The pipe shall have a standard designation code of PE3608. Clean, reworked material generated from the (manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. C. Marking on pipe and tubing shall include the following and shall be applied at intervals of not more than 5 ft. t 1. Nominal size and diameter base (e.g., ID, OD, IPS, or CTS). 2. SIDR, SDR, or minimum wall thickness. 3. The manufacturer's name or trademark! 4. The material designation code (e.g., PE13608) 5. The AWWA pressure class (e.g., PC 200) 6. The AWWA designation number for this standard (e.g., AWWA C901). 7. The manufacturer's production (lot) code that includes information such as resin source, manufacturing location, extrusion outlet (line), and manufacturing date. 1 8. If not included in the manufacturer's) production code, the manufacturing date, including day, month, and year in a recognized standard format. The date format should be readily recognized as a date. 9. The seal or mark of the testing agency that certifies the material. 4000.doc 3 2.04 STAINLESS STEEL INSERTS FOR POLYETHEYLENE TUBING A. Inserts for PE tubing shall be solid tubular 304 stainless steel, dimpled, and flanged to retain placement within PE tubing. Inserts shall be used on all PE tubing connections. The SS steel inserts shall be specifically sized (diameter and length) for the PE tubing that is being used with. 2.05 POLYETHYLENE ENCASEMENT (PIPE WRAP) A. Polyethylene encasement shall be in conformance to ANSI/AWWA C105/A21.5, 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 Cl 05 standard. C. Tape for field taping of polywrapped pipe, fittings, etc. or field repair of missing polyethylene encasement material shall be Polyken #900, Scotchrap #50 or equal, at least 2 -inches wide, and installed as per the Polyethylene Encasement Installation Guide published by DIPRA. Duct Tape is not permitted. D. All buried iron pipe, valves, and fittings shall be double wrapped. 2.06 DUCTILE IRON FITTINGS A. All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A2 1.53, latest revision, for Ductile Iron Compact Fittings. All fittings shall be MJ x MJ. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSIJAWWA C116/A21.16. B. Solid sleeves shall be long bodied only. 2.07 FOSTER ADAPTERS A. Compact MJ restraints shall be Foster Adapter by Infact Corporation. 2.08 SWIVEL ADAPTERS AND HYDRANT TEES A. Swivel adapters and hydrant tees shall be designed for a working pressure of at least 250 -psi and to fit standard mechanical joint fittings (AWWA CI l 1). One end of the swivel adapter and the branch of the hydrant tee shall be provided with a gland that may be rotated 360 degrees on the fitting. Lengths of swivel adapters shall be as specified. 4000.doc n • 2.09 MECHANICAL JOINT RETAINER GLANDS • . A. Restraint devices for mechanical joint fittings land 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 • ANSI/AWWA C110/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 • ductile iron pipe, at least 305 -psi for 3 -inch 1 through 12 -inch PVC, and at least • 250 -psi for 18 -inch through 48 -inch ductile iron pipe. • C. Retainer glands shall have an approved coating system for corrosion resistance • equivalent to MEGA -BOND® and manufacturing traceability. Retainer glands O shall be manufactured by EBAA Iron, Inc., Smith -Blair, Inc., or Star Pipe Products (USA only). • 1. Retainer glands for pipe sizes 3 -inch through 12 -inch shall be • manufactured by EBAA Iron, Inc., Smith -Blair, Inc., or Star Pipe Products • (USA only). • 2. Retainer glands for pipe sizes greater than 12 -inches shall be manufactured by EBAA Iron, Inc., or Star Pipe Products (USA only). • • 2.10 PIPE RESTRAINTS A. Devices for the prevention of "over -insertion'' of AWWA C900 PVC sizes 4 -inch O through 12 -inch shall be Series 5000 MEGAtSTOPThI Bell Protection System, as • manufactured by EBAA Iron, Inc. Devices shall have an approved coating • system for corrosion resistance equivalent to MEGA -BOND® and manufacturing traceability. • B. Bell restraints for AWWA C900 PVC sizes 4� inch through 12 -inch shall be Series • 1900 Restraint Harness, as manufactured by EBAA Iron, Inc. Devices shall have • an approved coating system for corrosion resistance equivalent to MEGA- BOND® and manufacturing traceability. . • C. Bell restraints for Ductile Iron Pipe sizes 4 -inch through 48 -inch shall be Series • 1700 Restraint Harness, as manufactured by EBAA Iron, Inc. Devices shall have . an approved coating system for corrosion resistance equivalent to MEGA - BOND® and manufacturing traceability. • D. When all -thread attachments are required, eye -bolt style attachments are not • permitted. Romac "Ductile Lug" style attachments or approved equal shall be used. All -threads shall be made of 316 stainless steel. • • • 4000.doc 5 • 2.11 RESTRAINED FLANGED COUPLING ADAPTERS A. Flanged coupling adapters used to transition from plain end pipe to a flanged fitting, above ground, shall be EBAA Iron Series 2100 Megaflange or Smith -Blair 911 or 920. B. Pressure rating shall be a minimum of 200 psi. 2.12 RESTRAINED COUPLINGS A. Restrained couplings to connect two pieces of pipe, size on size, shall be EBAA Iron Series 3800 Restrained Coupling or Smith -Blair 471, 472, or 473. B. Pressure rating shall be a minimum of 200 psi. 2.13 BOLTS AND NUTS A. All bolts and nuts for valves, fittings, and restraints shall be 316 stainless steel unless otherwise indicated. Anti -seize lubricant shall be used when assembling all stainless steel hardware to reduce galling. 2.14 GATE VALVES A. Gate valves 2 -inch through 12 -inch nominal pipe size shall be resilient -seated type, non -rising stem gate valves, in conformance with the requirements of AWWA C509 or AWWA C515, latest revision. B. Gate valves shall be Made in USA and shall be Mueller Series 2360, American Flow Control Series 2500, or American AVK Company Series 25 or Series 45. C. All gate valves shall be designed for a minimum of 250 psi working pressure. All gate valves shall have 304 stainless steel bolts. D. All gate valves shall have O-ring stem seals. The O-ring stem seal shall be so designed that the seal above the stem collar can be replaced with the valve under pressure in the full -open position. E. Gate valves shall have standard mechanical joint ends unless otherwise indicated on the Drawings. F. Buried gate valves shall be designed for operation with a nominal 2 -inch square operating nut. The standard direction of opening shall be open left as viewed from the top. G. Handwheels for gate valves shall be in conformance to AWWA C515, latest revision. 4000.doc 6 M I J The interior and exterior of the valve body and bonnet shall have factory applied fusion bonded epoxy coating meeting AWWA C550, latest revision. Valves shall be tested in accordance with AWWA C515, latest revision. Markings shall be cast on the bonnet or body; or stamped on a permanently affixed corrosion -resistant tag of each valve. 1. Manufacturer's name or mark. 2. Year the valve casting was made. 3. Size of the valve. 4. Letters C509 or C515 5. Working water pressure (e.g. 250W) 2.15 BUTTERFLY VALVES A. B. C. D. E Butterfly valves 14 -inch and larger shall Iconform with the requirements of AWWA C504, latest revision, for Rubber -Seated Butterfly Valves. Butterfly valves shall be Pratt HP2501I or Den rik BAW. Butterfly valves shall be designed for a minimum of 250 psi working pressure. Butterfly valves shall have 304 stainless steel, bolts. Butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows. I 1. Valves 20 inches (nominal diameter) land smaller shall have bonded seats which are simultaneously molded in, (vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. 2. On valves 24 inches and larger, all 'seats shall be of a synthetic rubber compound. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. Valve discs shall utilize an on -center shaft and symmetrical design and be cast from Ductile Iron ASTM A536 Gr. 65-45-12. The disc edge shall be stainless steel type 316. 4000.doc 7 i F. Butterfly valves shall have standard mechanical joint ends unless otherwise indicated on the Drawings. G. Buried butterfly valves shall be designed for operation with a nominal 2 -inch square operating nut. The standard direction of opening shall be open left as viewed from the top. The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant and self-lubricating. The valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. H. The interior and exterior of the valve body and bonnet shall have factory applied epoxy coating system meeting AWWA C550, latest revision. I. Valves shall be tested in accordance with AWWA C504, latest revision. J. Markings shall be cast on the bonnet or body, or stamped on a permanently affixed corrosion -resistant tag of each valve. 1. Manufacturer's name or mark. 2. Year the valve casting was made. 3. Size of the valve. 4. Class (e.g. 250B) 2.16 BALL VALVES A. Ball valves shall be Made in USA, and shall be Ford Bl 1-777-NL or James Jones E 1900, with "tee -head" style operating nut. 2.17 VALVE BOXES A. Valve boxes shall be Made in USA, and shall be East Jordan Iron Works 8550 Series or Tyler Union 6850 Series, screw type, and shall be of correct length to match the bury of the main. B. The valve box and appurtenances shall include a base and a top section with a drop lid. The lid shall be marked with the word "WATER". All lids shall have a concrete pad with a minimum of 18 inches square or round dimension as appropriate. C. Lids on valves on fire lines shall be marked with the word "FIRE". D. Lids on 2" valves shall be marked with the words "2" VALVE". 4000.doc 8 • • • E. Markings shall be cast on each part: 1. Manufacturer's name or mark. 2. Model number • 3. Year the casting was made. • 4. Material of construction • 5. USA • F. A valve box alignment device shall be provided and installed for each valve box • installation. The device shall be of HDPE or Glass Filled Polypropylene • construction. It shall be furnished in two pieces that will lock together under the • operating nut of the valve without requiring the removal of the operating nut. The device shall not affect the operation of the valve. The device shall be AFC • Alignment Ring as manufactured by American Flow Control. • 2.18 OPERATING NUT EXTENSIONS • A. Operating nut extensions shall be used when the top of the operating nut is greater • than 4 feet from the top of finished surface. • B. The stem shall be 1" SCH40 steel pipe with a 2 -inch square bar steel operating • nut attached to the upper end. The stem extension shall be of adequate length to reach from the valve operating nut to a point within 24 -inches to 12 -inches * of the finished surface. A box wrench, 2 1/8" I.D. square, made from steel 3/16- • inches thick shall be welded to the lower end of the stem extension which will fit • over the valve operating nut. Two-inch valves with a tee -head operating nut will • require a rectangular shaped box wrench on Ithe end of the valve stem extension. The extension shall be secured to the valve operating nut by two 3/8" set screws. • A round center guide made from 1/8 -inch or 3/16 -inch steel plate shall be placed • on the valve stem extension approximately' 6 -inches from the upper end. The • diameter of the guide shall be slightly less than the inside diameter of the valve box. The guide shall be affixed to the stem extension in such a way that it can • rotate freely on the stem. Welds on stem extensions (top and bottom nut) shall be • 1/8" - 3/16" fillet weld around full circumference. C. Shop drawings be to the City Fayetteville for shall submitted of approval prior to • installing the stem extension pieces. 2.19 FIRE HYDRANTS A. Fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision. Fire hydrants shall be designed for a working pressure of 250 pounds per square inch gauge. Fire hydrants shall be three-way, and painted white with reflective glass beads above the ground line. Coating system shall be compatible with Sherwin Williams SHER-CRYLTm HPA — High Performance Acrylic B66-300 Series that is used to color code the fire hydrants. Permitted fire hydrants are American Flow Control 5-1/4" Waterous Pacer WB67-250 and Mueller Super Centurion 250 hydrants. 4000.doc Z B. Hydrants shall have a 6 inch mechanical joint inlet in conformance to the dimensions shown in ANSI/AWWA C110/A21.10, latest revision. Three-way hydrants shall have a 5-1/4 inch valve opening. C. Fire hydrants shall be equipped with a two-piece barrel with a safety stem coupling and a break -a -way flange at the ground line and shall be designed for a 48 -inch bury. D. Hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4-1/2 inch pumper nozzle. The operating nut shall be a nominal 1-1/2 inch pentagon, National Standard operating nut designed to open left (counterclockwise). E. Hydrants shall be supplied WITHOUT nozzle cap chains. F. Fire hydrants in non -paved areas shall be installed with a 24" x 24" square, 12" thick concrete pad, reinforced with 2 layers of #5 rebar, around the lower barrel of the hydrant six inches below the bottom of the break -away flange. G. A fire hydrant extension shall be installed in all locations where the centerline of the pumper nozzle is less than 18 -inches above the finished grade elevation. The extension shall bring the centerline of the pumper nozzle between 18 -inches and 24 -inches above the finished grade elevation. The centerline of the pumper nozzle shall be 24 -inches above rough grade elevations where sidewalks and yards will be installed in the future, in new subdivisions only. Extensions shall be Waterous K562 or Mueller A-320, with no more than one extension allowed per hydrant. H. Identifications tags shall be installed indicating the depth of bury of all hydrants. Additional tags shall be installed indicating the length of any extension installed. 2.20 BLOW -OFFS A. Blow -offs shall have a 2-1/2" hose nozzle, traffic break -away, locking cover and be designed for 48 -inch bury. Blow -offs shall be Mainguard #77 as manufactured by The Kupferle Foundry Company. 2.21 AIR RELIEF VALVES A. All water mains shall have l"-2" single bodied air and or combination air and vacuum valves or 3"-10" dual bodied combination air and vacuum valve where indicated on the drawings. Valves shall have fiberglass reinforced nylon body or epoxy coated and lined cast iron bodies with stainless steel or non-metallic internal parts_ Valve shall have rolling seal mechanism to allow full or partial opening and sealing of orifice or metal to metal stainless steel seating. The 1" — 2" valves float shall be made of foamed polypropylene and shall disrupt vortex and allow float to remain open until a 11 psi differential is achieved. Valves shall have a 250 psi 4000.doc 10 working pressure. Valves shall be listed under NSF -61 and shall have ISO 9001 certificate. Valves shall be ,supplied with a male thread outlet or flanged outlet. All nipples and isolation valves for 1"-2" valves shall be brass or stainless steel. Ball style isolation valve shall be full port. Isolation valves for 3"-10" shall conform to Paragraph 2.12 — Gate Valves. I B. Air release valves shall be A.R.I. Model D-040 for I" and 2" or A.R.I. Model D- 060 -C HF NS for 3" — 10", or approved equal. 2.22 SERVICE SADDLES • A. Service saddles for I" and 2" NPT service taps shall be sized for use on C900 PVC. Service saddles shall be Romac LOINS. • • 2.23 TAPPING SLEEVES • A. Tapping sleeves shall be designed for a minimum 200 psi working pressure and the • material being tapped. All bolts and nuts shall be stainless steel. 1. Tapping sleeves for 4 -inch through 24linch shall be stainless steel. Tapping • sleeves shall have a MJ outlet. Tapping sleeves shall be Smith -Blair 663 or Ford FAST. ! 2. Tapping sleeves for greater than 24 -inches shall be Smith -Blair 622 with • Flexi-Coat epoxy. Tapping sleeves shall have a MJ outlet. 2.24 SERVICE CONNECTION MATERIALS • A. Materials and standards for larger meters (3" and greater) are not listed in the • standard specifications. Larger meter installations require a site specific design. Please contact the City of Fayetteville Meter Department if you require a meter size 3" or greater. • B. Brass for meter materials shall be manufactured by Ford Meter Box Company, Inc. • or Mueller Company. Equivalent cross referencing for corporation stops and meter setters shall be permitted as approved by the City of Fayetteville. Materials for standard meter sets 5/8", 1", 1-112", and 2" are as follows: • • • • • • • • • • 4000.doc 11 • • i Single Meter Set i i i i i Double Meter Set i i i i i i i i i i i i i • 4000.doc 12 i i main diameter x 1" saddle Romac lO1NS 1" corporation stop Ford FBl000-4- -NL Mueller B25008N 1" SDR 9 HDPE pipe w/ inserts 5/8" x 3/4" x 12" meter yolk Ford VB72-12W-44-43-SQ-NL Mueller 238B2567 -R --93N 112"x 16" SCH 40 PVC brace 3/4" SDR 9 tail piece w/ insert, 4' long 18" diameter x 24" deep SDR51 PVC meter box 18" cast iron flat meter lid East Jordan 109, w/ Fayetteville logo (35109014) main diameter x 1" saddle Romac 10 INS 1" corporation stop Ford FBI000-4- -NL Mueller B25008N 1" SDR 9 HDPE pipe w/ inserts 1" x 7.5" x 3/4" U branch Ford U48-43-7.5- -NL Ford multipurpose end C31-23-NL (x2) Mueller H15363N 1" compression inlet) Mueller end connection H14222N (x2) 518" x 3/4" x 12" meter yolk x 2 Ford VB72-12W-14-33-Q-NL Mueller 238B2567 -RN 1/2" x 16" SCH"40 PVC brace 3/4" SDR 9 tail piece w/ insert, 4' long 18" diameter x 24" deep SDR51 PVC meter box 18" cast iron flat meter lid East Jordan 109 w/ Fayetteville logo (35109014) 1 -inch Meter Set main diameter x 1" saddle Romac 101NS 1" corporation stop Ford FB1000-4 ! -NL Mueller B25008N 1" SDR9 HDPE pipe w/ inserts 1" x 12" meter yolk Ford VB74- 12W-44-44-Q-NL Mueller B24701 RN 3/4" x 16" SCH40 PVC brace 1" SDR 9 tail piece w/ insert, 4' long 24" diameter x 24" deep SDR51 PVC meter box 24" cast iron flat meter lid East Jordan 111, w/ Fayetteville logo (35108004) 1-1/2 inch and 2 -inch Meter Set main diameter x 2" saddle Romac l O INS 2" brass close nipple 2" ball valve Ford B11-777-1VL James Jones El 900 2" MIP x quick joint Ford C84-77- �NL Mueller H15428N 2" SDR 9 HDPE pipe w/ inserts (x2) 2" MIP x quick joint Ford C84-77- ,NL Mueller HI 5428N 2" meter setter Ford VVB77-15HB-11-77-NL Mueller 605H1423 --30N 1" x 24" SCH40 PVC brace (x2) 2" x 24" brass nipple tail piece 36" diameter x 36" deep composite meter box w/ top ring East Jordan 8428 Assembly 38003636A01 28" outer cover, w/ lock(00842845A01) East Jordan 8428E, w/ Fayetteville lettering 11" inner cover, w/o lock East Jordan D Meter Cover (32193001) 2.25 TRACER WIRE A. Tracer wire shall be 12 -gauge solid coated copper or 14 -gauge coated copper clad steel for underground burial. Jacket color shall be BLUE, and made of High Density Polyethylene (HDPE) or High Molecular Weight Polyethylene (HMWPE) designed for direct burial. 4000.doc 13 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. 2.26 MARKING TAPE A. Non-metallic water 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 1000length. C. The tape shall be color coded Safety Blue and imprinted with the following message: Caution — Buried Water Line Below 2.27 WATER LINE MARKERS A. Water line 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, WATER PIPELINE", "City of Fayetteville", and "Before Digging Call 1-800-482-8998". The label shall also include the official City Logo and be white in color with blue and black lettering. The label shall be affixed to two sides of the marker. An additional white 1" wide reflective tape (3M or equal) shall be placed around the full circumference of the top of the marker. Concrete shall be placed 6 -inches around and 1 -foot deep around the base of each marker. PART 3- EXECUTION 3.01 INSTALLATION A. Water Lines: Refer to Section 4100 B. Water Service Lines: Refer to Section 4100 END OF SECTION 4000 40004oc 14 SECTION 4100 INSTALLATION OF WATER PIPE, FITTINGS, AND MATERIALS PART 1- GENERAL 1.01 WORK INCLUDED A. Installation of water lines. B. Installation of water service lines. 1.02 RELATED WORK A. Section 2300 - Excavation, Backfilling, and Compacting. B. Section 4000 - Water Pipe, Fittings, and Materials. C. Section 3600 - Cast -In -Place Concrete. I I D. Section 5300 - Inspection and Testing of Water; Lines and Service Lines. E. Section 6000 - Pavement Repair. F. Section 6100 - Lawn and Grass Restoration. 1.03 QUALITY ASSURANCE A. Inspect all pipelines per Section 5300 - Inspection and Testing of Water Lines and Service Lines. 1.04 SUBMITTALS A. Submit to the Engineer for approval all mat erials and procedures not described in these specifications. 1.05 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. 4100.doc 1 PART2-PRODUCTS 2.01 BEDDING AND BACKFILL A. Refer to Section 2300 - Excavation, Backfilling, and Compacting. 2.02 PIPE, FITTINGS, AND MATERIALS A. Refer to Section 4000 — Water Pipe, Fittings, and Materials. 2.03 CONCRETE A. Refer to Section 3600 - Cast -In -Place Concrete. 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 water lines, valves, fire hydrants, water meters, and other work as shown on the Drawings. 3.03 PIERS A. Install concrete piers as indicated on the plans per Section 3600 - Cast -In -Place Concrete. 3.04 COLD WEATHER INSTALLATION A. 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 4100.doc N • • • 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. B. When pipes with rubber gaskets or resilient -type joints are to be laid in cold • weather, sufficiently warm the gasket or joint1material so as to facilitate making a • proper joint. • 3.05 PIPE INSTALLATION — PUSH -ON JOINTS • A. Inspect each joint of pipe carefully internally and externally 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. Cut ends shall be beveled according to the manufacturer's recommendation to prevent damage to the bell gasket. • C. Devices for the prevention of "over -insertion" shall be assembled onto the • spigot end of PVC pipe at the stop line per manufacturer's installation instructions before lowering the pipe into the trench. • D. Use proper equipment for lowering sections Hof 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 as shown on the drawings. Keep a minimum of six inches between the pipe and the trench wall! • • F. Keep the pipe jointsinterior 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 • watertight plug at the end of each day's Work or when discontinuing pipe installation • for an appreciable period.• H. TRACER WIRE • • 1. Tracer wire shall be installed on all buried water lines and service lines. 2. Tracer wire shall be installed 6-inchesiabove the top of the pipe. • • I. MARKING TAPE • • I. Marking tape shall be installed on all buried water lines and service lines. 2. Marking tape shall be installed 18 -inches above the top of pipe. • • 4100.doc 3 • 3.06 PIPE INSTALLATION — MECHANICAL JOINT CONNECTIONS A. The spigot end of the pipe, the bell of the connecting pipe, and the rubber gasket shall be thoroughly cleaned using soapy water and cloth, removing all foreign materials from the bells, especially the gasket seats as specified for push -on joints. Clean the gland in a similar manner. An approved pipe lubricant shall be applied to the spigot end of the pipe and the gasket. B. 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. Hammering the gasket into the seat is not permitted. 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. C. Make the joints tight by turning the nuts with a torque wrench: First partially tighten a nut, then partially tighten the nut 180 degrees away from it. Work around the pipe with uniformly applied tension until the required torque is applied to all nuts. D. The Contractor shall provide a torque wrench suitable for measuring tension on bolts for at least such a time as the workmen making the joints have gotten the "feel" of the required tension. At no time should handles longer than those supplied by the wrench manufacturer be permitted. The torque range shall be as follows: Diameter Range of Torque Inches Foot Pounds 5/8 45-60 3/4 75-90 1 85-100 1-1/4 105-120 E. Proper actuation of the gripping wedges for restraining glands shall be ensured with torque limiting twist off nuts. Tightening sequence shall be as follows. First partially tighten a nut, then partially tighten the nut 180 degrees away from it. Work around the pipe with uniformly applied tension until the required torque is applied to all nuts. Failure to follow proper the proper tightening sequence will result in the disassembly of the joint, removal of the current restraining gland, and installation of a new restraining gland. Any damage to PVC pipe shall be removed as well. F. All buried iron pipes, valves, and fittings shall be double poly wrapped. 4100.doc 4 3.07 SOLID SLEEVE INSTALLATION A. Solid sleeves shall be installed the same as mechanical joint connections for pipe installation. B. The maximum gap between the two pipes being connected by a solid sleeve shall be one-half (1/2) inch. 3.08 VALVE INSTALLATION { A. Valves shall be jointed in accordance with the methods of jointing pipe as specified elsewhere herein. Valve stems shall be plumb sand there shall not be any obstructions that will prohibit the installation of valve boxes directly over the stem. Mechanical joint retainer glands shall be installed on all valves with mechanical joint ends. i B. All valves shall be firmly supported from below with compacted crushed stone up to and including 12 -inch valves, or concrete for all valves 14 -inches and greater. C. All valves shall be shall be double poly wrapped D. Valve boxes shall be installed over the operating nut of each valve and be of adequate length to reach the finished ground or paved surface. Valve boxes shall be installed with a HDPE Valve Box Alignment Device of the proper size and manufacture to fit the valve and the valve box. Boxes shall be firmly supported, plumb, and centered over the valve operating nut. No part of the box shall rest on the valve. The box cover shall be flush with the finished surface. E. Operating nut extensions shall be used when the top of the operating nut is greater than 4 feet from the top of finished surface. The stem extension shall be of adequate length to reach from the valve operating nut to a point within 24 - inches to 12 -inches of the finished surface. 4 F. Tracer wire shall be brought up on the OUTSIDE of the valve box. A hole or notch shall be made through the valves box approximately 4 -inches below the top. The tracer wire shall be pushed through thd hole or notch. Approximately 12 - inches of wire shall be coiled inside the valves box for traceability. The tracer wire shall not interfere with the insertion of the lid onto the valve box. G. All lids shall have a concrete pad with a minimum dimension of 18 inches square or round as appropriate. A concrete pad with a minimum dimension of 36 inches square or round as appropriate shall be installed for all valves 24 -inches and larger. i 4100.doc 5 3.09 FIRE HYDRANT INSTALLATION A. Pipe used to install fire hydrants from the main line to the base of the fire hydrant shall be 6 -inch ductile iron pipe. All pipe from the valve on the water main to the fire hydrant shall be fully restrained. B. A separate maintenance valve, in addition to the valve anchored to the main, shall be installed on all fire hydrant leads exceeding 30 feet. C. Hydrants shall be thoroughly cleaned before setting, removing all dirt and foreign matter from the barrel and bottom section up to the main valve. The main valve shall be in the "closed" position and the waste outlet shall be free of any obstructions. D. The Contractor shall take great care to protect the factory applied coating system. Means and methods for the protection of the fire hydrant are the responsibility of the Contractor. At no time shall chains or other abrasive materials come into contact with the factory applied coating system. E. Minor touchup for "incidental" scratches is permitted using factory provided touchup kits. F. When the factory applied coating system (from the bury line up), as identified by the City of Fayetteville, has damage other than "minor scratches," a new upper barrel section shall be ordered and delivered from the factory, inclusive of all internal working parts up to the operating stem breakaway. The upper barrel shall be replaced, and the damaged upper barrel returned to the factory at no cost to the City of Fayetteville. This includes, but is not limited to, excessive scratches, appearance of rust, or other aesthetic flaws. Field repainting of new fire hydrant installations is not permitted. G. Hydrants shall be located a safe distance from driveways, roadways and narrow type sidewalks and in a manner to provide complete accessibility, and they shall stand plumb with nozzles at proper elevation. The hydrant's "bury line" shall be set at or no more than four (4) inches above the finished grade elevation; therefore the bottom of hydrant nozzles shall be 18 to 22 inches above the finished grade elevation. H. Installation of fire hydrant extensions shall be made in the presence of the Engineer or the Engineer's representative and shall be per the manufacturer's instructions. The breakable flange and breakable stem coupling shall be removed and installed above ground level. 1. The Contractor shall, if necessary, rotate the hydrant barrel or nozzle section at the flanged joint to obtain the desired nozzle position as specified by the Engineer. The pumper nozzle shall be at a right angle to and face the street unless otherwise directed by the Engineer. 4100.doc n J. The bowl or bottom of the hydrant shall be supported firmly on the bottom and shall be braced against unexcavated earth at the end of the trench with concrete reaction backing. Solid concrete blocks may be used to support the bottom of the hydrant. If considered necessary by the Engineer, the hydrant shall be tied to the branch pipe with suitable Series 300 STAINLESS STEEL;rods or clamps. These rods or clamps shall be furnished by the Contractor without additional compensation. K. A drainage bed shall be provided under and around the base of the hydrant of at least six (6) cubic feet in volume and extending at� least six inches (6") above the drain outlet and shall consist of ASTM #67 gravel. Under no circumstances shall the drain outlet on the hydrant or the drainage bed be connected to a sewer. L. Backfilling and tamping around hydrant barrels shall be continuous in operation. I M. If a fire hydrant is not located inside a concrete paved area, then a 2.0' x 2.0' x 1.0' (deep) Class "A" concrete pad, reinforced with two layers of #5 reinforcement steel, shall be poured just below the break -away joint of the fire hydrant barrel. N. Fire hydrants, immediately after installation, shall be covered and wrapped with a heavy cloth, water-resistant sack, or black polyethylene sheeting, well taped in place around the hydrant, to identify the hydrant as being "not in service". O. All fire hydrants installed within the City of Fayetteville water operational territory shall be painted white with glass reflective beads above the ground line. Factory coating system shall be compatible with Sherwin Williams SHER- CRYL HPA — High Performance Acrylic B66-300 Series that is used to color code the fire hydrants. Sherwin Williams DTM ACRYLIC COATING shall be used for the Safety Orange color only, as it is 'not available in HPA. P. All fire hydrant nozzle caps, and operating nuts paint according to the following table: Flow Under Fire Conditions Color More than 1500 gpm Light Blue 1000 to 1499 gpm Green 500 to 999 gpm Orange shall be painted with two coats of Color Specification Robotic Blue SW4063 Safety Green SW4085 Safety Orange SW4083 Less than 500 gpm Red f Safety Red SW4081 Q. The City of Fayetteville shall provide the flow under fire conditions for each new fire hydrant installation based upon the current water modeling software or based upon a current fire hydrant fire flow test performed in the area. 4100.doc 7 3.10 METER SETTINGS A. Meter settings shall be installed where shown on the Drawings and/or as directed by the City. Installation shall be as per the Standard Details. Meter setters shall be installed in a horizontal and plumb position within the meter box and at a depth to provide the required space between the top of the meter and the bottom of the meter box lid. B. A drainage bed consisting of ASTM #67 stone shall be placed a minimum of 6 - inches thick and 6 -inches outside the edge of the bottom of the meter box. Non- woven filter fabric consisting of 8 oz/sy shall be placed on top of the drainage bed. The filter fabric shall extend 12 -inch outside the edge of the bottom of the meter box. After the installation of the water service line, meter setter, meter box, and lid, the filter fabric shall be wrapped up the meter box and service line penetrations and taped securely to the meter box to provide a "dirt seal" before backfilling. C. Tracer wire shall be brought up on the INSIDE of the meter box with the water service line. Sufficient tracer wire shall be provide such that approximately 12 - inches of wire will extend beyond the top of the box when pulled taunt. The tracer wire shall be loosely coiled and place inside the meter box. Do not wrap the tracer wire around the meter setter. D. The bottom of the meter setter connections shall be visible at the bottom of the meter box at the time of testing and of final inspection. Any dirt or debris in the bottom of the meter box shall be removed before the project is released for final payment and/or acceptance. E. The final grade at the meter box location shall be determined by the Engineer of Record and the meter box shall be placed at that grade. Final grade should take into account probable future installation of topsoil and/or sod. Any boxes falling in driveways or sidewalks shall be relocated at the expense of the developer or lot owner. No meters shall be set by the City until the meter box is adjusted to the proper grade. 3.11 BLOW -OFF INSTALLATION A. Blow -off hydrants shall be thoroughly cleaned before setting, removing all dirt and foreign matter from the barrel and bottom section up to the main valve. The main valve shall be in the "closed" position and the waste outlet shall be free of any obstructions. B. Blow -off hydrants shall be installed in such a manner to provide complete accessibility, and they shall stand plumb with nozzles at proper elevation. The discharge nozzle shall be a minimum of 24 -inches above finished grade elevation. 4100.doc 8 C. The bowl or bottom of the blow -off hydrant shall be supported firmly on the bottom and shall be well braced against unexcavated earth on the backside of the blow -off hydrant. Solid concrete blocks, or other suitable material may be used to block the blow -off hydrant. D. A drainage bed shall be provided under and around the base of the blow -off hydrant of at least six (6) cubic feet in volume and extending at least six inches (6") above the drain outlet and shall consist of ASTM #671gravel. Under no circumstances shall the drain outlet on the hydrant or the drainage bed be connected to a sewer. E. Bacldilling and tamping around blow -off hydrant barrels shall be continuous in operation. i F. Blow -off hydrants, immediately after installation, shall be covered and wrapped with a heavy cloth, water-resistant sack, or black polyethylene sheeting, well taped in place around the hydrant, to identify the hydrant as being "not in service". 1 3.12 TAPPING SADDLE INSTALLATION A. Tapping saddles shall be used for 1 -inch and 2 -inch service taps. I B. The pipe shall be free of dirt and other debris before attaching tapping saddle. That part of the pipe barrel, other than concrete pipe, which will be in contact with the gasket of tapping saddles, shall be smooth. All Tough areas on the pipe barrel shall be smoothed. The Contractor shall field verify alllpipe and fitting dimensions. Tapping saddles shall be installed at least twenty-four ,(24) inches from bell joints, fittings, end of pipe joint, or another tap. C. Tapping saddles shall be bolted securely to the pipe. The face of the outlet shall be zero to ten (0-10) degrees from horizontal. The bolts for tapping saddles shall be alternately tightened "snug" and then alternately tightened to a torque as recommended by the manufacturer. D. The tapping valve shall be attached securely to the tapping saddle to provide a water tight seal. Proper tools for installing brass hardware shall be used. E. The pilot drill and shell cutter shall be in good condition. The pilot, shell cutter, and any other component of the tapping machine that will or may come into contact with the interior of the tap valve or potable water pipe, shall be thoroughly sterilized with straight bleach or super -chlorinated solution. The shell cutter shall be the size required to cut the full opening specified. F. After the tap is complete and the tapping machine has been removed, the bolts for the tapping saddle must be re -torqued pr the manufacturer's specifications to ensure a proper seal. 4100.doc 9 S G. The tapping saddle shall be enclosed in polyethylene material in accordance with Paragraph 3.14 of these specifications. 3.13 TAPPING SLEEVE INSTALLATION A. The pipe shall be free of dirt and other debris before attaching tapping sleeve. That part of the pipe barrel that will be in contact with the gasket of tapping sleeve, shall be smooth. All rough areas on the pipe barrel shall be smoothed. The Contractor shall field verify all pipe and fitting dimensions. Tapping sleeves shall be installed at least twenty-four (24) inches from bell joints, fittings, end of pipe joint, or another tap. B. Tapping sleeves shall be bolted securely to the pipe. The face of the outlet shall be plumb. Mechanical joint glands for tapping sleeves shall be installed in accordance with Paragraph 3.06 herein. The bolts for tapping sleeves shall be alternately tightened "snug" and then alternately tightened to a torque as recommended by the manufacturer. C. The tapping valve shall be bolted securely to the tapping sleeve. The tapping valve shall be adequately supported from beneath. The weight of the tapping valve shall not be supported by the tapping sleeve. A concrete "mud slab" at least six (6) inches thick shall be poured under the location of all tapping valves 14 inches and larger and the weight of the valve shall be supported by the mud slab. The tapping machine shall be bolted securely to the valve. D. After installation of the tapping sleeve and the tapping valve and before drilling through the pipe, the assembly shall be hydrostatically tested at the pressure specified in Section 5300, herein, by introducing water through the sleeve test tap. E. The pilot drill and shell cutter shall be in good condition. The pilot, shell cutter, and any other component of the tapping machine that will or may come into contact with the interior of the tap valve or potable water pipe, shall be thoroughly sterilized with straight bleach or super -chlorinated solution. The shell cutter shall be the size required to cut the full opening specified. F. Openings in the pipe barrel for tapping saddles installed on dry pipe shall be cut with a pilot drill and shell cutter. Torch cutting is not permitted. G. Tapping operations must not commence before inspection by the Engineer or his authorized representative. Tapping operations must not commence before the tapping assembly has passed a pressure test as detailed in Section 5300 herein. H. Only qualified operators shall operate the tapping machine. The "coupon" shall be withdrawn and be given to the Engineer for inspection. Care shall be exercised to avoid drilling or cutting the backside of the pipe by carefully assuring the engagement of the pilot drill and shell cutter shaft. 4100.doc 10 3.14 4100.doc I. After the tap is complete and the tapping machine has been removed, the bolts for the tapping sleeve must be re -torqued pe E the manufacturer's specifications to ensure a proper seal. J. All taps 14 -inch and larger shall require the installation of a butterfly valve immediately after the tapping valve. The tapping valve shall be fully opened and abandoned in place. K The tapping sleeve shall be enclosed in polyethylene material in accordance with Paragraph 3.14 of these specifications. L. Tapping sleeves shall be adequately thrust blocked with concrete. INSTALLATION OF POLYETHYLENE PROTECTION MATERIAL A. Polyethylene material, either in tubing form orf in the form of flat sheet or rolls, as specified herein, shall be placed around all bi ried mechanical joints of pipe and fittings, valves, fire hydrants, and all saddles, sleeves, and couplings, tapping saddles, and any other appurtenance with exposed bolts. Any and all iron or steel components installed below ground shall be wrapped with the polyethylene material. B. Ductile iron and steel pipe and appurtenances shall be completely encased in polyethylene tubing material. It is not the intent that the material form an enclosure that is absolutely air or water tight, but to prevent pipe to soil contact. C. Polyethylene tubing shall be applied to pipe in 'double layers by one of the following methods: 1. Method "A": Cut polyethylene tubes to, a length approximately two feet (4') longer than the length of the pipe section. Slip the tubes around the pipe, centering it to provide a one foot (2') overlap on each adjacent pipe section, and bunching it accordion fashion lengthwise until it clears the pipe ends. Lower the pipe into the trench and make up the pipe joint with the preceding section of pipe. A shallow bell hole must be made at joints to facilitate installation of the polyethylene tube. After assembling the pipe joint, take bunched polyethylene from the preceding length of pipe, slip it over the end of the new length of pipe, and secure in place. Then slip the end of the polyethylene from the new pipe section of the end of the first wrap until it overlaps the joint at the end of the preceding length of pipe. Secure the overlap in place. Take up the slack width to make snug, but not tight, fit along the barrel of the pipe, securing the fold at quarter points with tape. 2. Method "B': Cut polyethylene tubes to a length approximately one foot (1') shorter than the length of the pipe section. Slip the tubes around the pipe, centering it to provide six inches (6') of bare pipe at each end. Make 11 l� polyethylene snug, but not tight; secure ends. Before making up a joint, slip two sections of six foot (6') length of polyethylene tube over the end of the preceding pipe section, bunching it accordion fashion lengthwise. After completing the joint, pull the two sections of six foot (6') length of polyethylene over the joint, overlapping the polyethylene previously installed on each adjacent section of pipe by at least two feet (2'); make snug and secure each end. D. Pipe -Shaped Appurtenances. Bends, reducers, offsets, and other pipe -shaped appurtenances shall be covered with double layers of polyethylene in the same manner as the pipe. E. Odd -Shaped Appurtenances. Valves, tees, crosses and other odd -shaped pieces which cannot practically be wrapped in a tube, shall be wrapped with two layers of flat sheets or split length of polyethylene tubes. The sheets shall be passed under the appurtenance and brought up around the body. Seams shall be made by bringing the edges together, folding over twice, and taping down. Slack width and overlaps at joints shall be handled as described in Paragraph 3.13.C.1 above. Tape polyethylene securely in place at valve stem and other penetrations. F. Openings in Tubing Material. Openings for branches, service taps, blow -offs, air valves, and similar appurtenances shall be made by making an "X" shaped cut in the polyethylene and temporarily folding the film back. After the appurtenance is installed, tape the slack securely to the appurtenance and repair the cut, as well as any other damaged areas in the polyethylene with tape. G. Junctions Between Wrapped and Unwrapped Pipe. Where polyethylene wrapped pipe joins a pipe that is not wrapped, extend the polyethylene tube to cover the unwrapped pipe a distance of at least two feet (2') and secure the end. H. The polyethylene material shall be secured around the pipe and appurtenances by at least three (3) circumferential wraps of tape (see Section 4000 for materials). I. All tongs, cables, or chains that are used for lifting pipe and appurtenances that have been encased in polyethylene material shall be adequately padded to prevent damage to the material. J. Repair any rips, punctures, or other damage to the polyethylene with tape or with a short length of polyethylene tube cut open, wrapped around the pipe and secured in place. K. Polyethylene material shall be stored on the job site in such a manner that it is not exposed to direct sunlight. Exposure during installation shall not exceed forty-eight (48) hours. 4100.doc 12 L. Backfill material shall be the same as specified for pipe without polyethylene wrapping. Special care shall be taken to prevent damage to the polyethylene wrapping when placing backfill. Backfill material shall be free from cinders, refuse, boulders, rocks, stones, and/or other material that could damage polyethylene. 3.15 CONCRETE THRUST BLOCKS AND ANCHOR COLLARS A. Concrete thrust blocks and anchor collars shall be provided along the water line in accordance with the construction details, plan sheets, or as directed by the Engineer. The concrete mix (as defined in Section 3600 herein) shall be Class "B" for anchor collars and Class "A" for thrust blocks. All bends, tees, caps, plugs, and fire hydrants shall be thrust blocked unless specifically detailed in the construction drawings that no thrust blocking his required. Anchor collars shall be constructed on ductile iron pipe only; if the pipeline being restrained is primarily PVC or other non ductile iron pipe, at least one full joint of ductile iron pipe shall be inserted in the pipeline run to receive the concrete anchor collar. B. Concrete for thrust blocks and anchor collars shall be placed against undisturbed soil. The excavation shall be hand shaped and free of loose material. Forms shall be used to confine the concrete in areas other, than that part that is in contact with undisturbed soil in the direction of the thrust. i C. No concrete shall be placed around any part of a joint or placed so that it interferes with the removal of any joint accessories such as bolts, followers, threads, collars, couplings, etc. Fire hydrant drains shall not be restricted. D. The top of the concrete thrust block or anchor collar shall be struck off with a wood straight edge or float. E. Concrete shall not be placed when the temperature is below 40° F and dropping or below 35° F if the temperature is rising, unless approved by the Engineer. F. Admixtures are not to be used without the approval of the Engineer. E G. All reinforcement shall be inspected by the Engineer prior to placement of concrete. All placement of concrete must be in the presence of the Engineer or his representative. The Contractor is cautioned that he may be required to remove, without compensation, any concrete placed in the absence of the Engineer or his representative. H. Backfill over concrete thrust blocks or anchor collars shall not be placed before the concrete has attained initial set. I. No thrust blocks shall be less than six inches (6") thick between the pipeline or appurtenances and undisturbed soil in the direction of thrust on pipes 12 -inch diameter and smaller. On larger pipes, the thickness of thrust blocks shall be as 4100.doc 13 directed by the Engineer. A thrust block with any component of its length to width to depth ratio exceeding two (2) shall be reinforced with steel reinforcement bars as directed by the Engineer. The Engineer will consider the size of the thrust block, the size of the water main, and the system pressure in the determination of the size and spacing of the steel reinforcement. J. The excavation shall be free of water before concrete is placed. Steel reinforcement shall be placed as specified on the drawings. K. The pipe or appurtenances to be in direct contact with concrete shall be cleaned before placing the concrete. L The area of contact of the thrust blocks and anchor collars shall be sufficient to resist the thrust. This will vary depending on the safe bearing value of the soil. Suggested safe soil bearing values are as follows: TYPE OF SOIL SUGGESTED SAFE BEARING VALUES (TONS 1 S . FT. Solid Rock 25.00 Hard Shale 6.00 Medium Shale 4.00 Soft Shale 2.00 Dry Clay or Gravel 4.00 Dry Sand or Loam 3.00 Wet Sand 2.00 Firm Clay 2.00 SoftClay 1.50 Wet Clay 1.00 The above values are approximate, will vary considerably, and are intended to be used only as a guide. The Contractor is responsible for determining the soil bearing value or taking other action to assure that the bearing area is adequate to restrain the pipe or appurtenances. M. Where the soil is unstable or in the case of recent fill areas, the following procedures shall apply either singly or in a combination: 1. Thrust blocks shall be of adequate size to restrain pipe or appurtenances by mass alone without depending on horizontal bearing of the soil. 2. The excavation shall extend deep enough to contact firm soil and the thrust block concrete brought up to the pipe or appurtenances. The thrust block shall be constructed so that the block acts as a beam and will 4100.doc 14 provide the restraint required. Such block shall be reinforced with steel reinforcing bars. 3. Anchor blocks shall be constructed in a firm soil and tie rods extended to the pipe or appurtenances. Tie -rods shall be used only for temporary restraint. Concrete thrust blocks and/or anchor collars must be placed for permanent restraint. N. Thrust blocks for vertical bends shall be adequate to resist the thrust by mass alone when the thrust is upward. O. Thrust blocks and anchor collars shall be adequate to restrain the pipeline and appurtenances at design pressure equal to y150% of the static pressure at the lowest point with a minimum pressure of 200 psi. The following table lists the resultant thrust at certain fittings at a pressure of 100 psi. In order to determine the thrust at the test pressure, these values are to be multiplied by a factor equal to the design pressure divided by 100. Thrust per 100 psi Pressure Thrust tons I Fitting 6" 8" 12" 16" 18" 20" 24" 30" 36" 42" 48" 11 1/4 0.4 0.6 1.3 2.3 2.9 3.6 5.1 7.9 11.3 15.2 19.9 15 0.5 0.8 1.8 3.1 3.9 4.8 6.8 10.5 15.0 20.3 26.5 22 1/2 0.7 1.3 2.7 4.6 5.8 7.1 10.2 15.7 22.5 30.3 39.5 30 1.0 1.7 3.5 6.2 7.7 9.5 ! 13.5 20.8 29.8 40.3 52.5 45 1.4 2.5 5.2 9.1 11.4 14.0 20.0 30.8 44.1 59.5 77.6 90 2.6 4.5 9.7 16.8 2I.1 25.9 37.0 56.9 81.5 110.0 143.3 Plug/Tee/ Dead End 1.9 3.2 6.8 11.9 14.9 18.3 i 26.1 40.2 57.6 77.8 101.3 P. Concrete thrust blocks and anchor collars on 12 -inch and smaller pipelines shall have a minimum curing time of three days (72 hours) before any pressure is placed against the block or collar. Concrete thrust blocks and anchor collars on 14 -inch and larger pipelines shall have a minimum curing time of seven days before any pressure is placed against the block or collar. Q. Concrete thrust blocks or anchor collars, that fail to restrain the pipe or appurtenances shall be replaced by the Contractor at his expense. R. Reducers receiving an anchor collar shall be long bodied fittings. S. All water lines with dead ends shall be installed with an upstream valve, one full joint of ductile iron pipe with a MJ restraining gland, concrete anchor collar, a MJ cap with restraint, and a blow off assembly. I The seat of the MJ restraining gland on the ductile iron pipe shall face the valve. I 4100.doc 15 T. Anchor collars subject to two-way thrust shall have two identical "A"/"B" reinforcement steel mats as shown in the Detailed Drawings. Anchor collars for 24" and smaller diameter pipe with two-way thrust shall have two (2) Mega -Lug retaining glands placed back-to-back, spaced just inside the two reinforcing steel mats. Anchor collars for 26" and larger diameter pipe shall have two weld -on thrust rings, spaced just inside the two reinforcing steel mats. 3.16 BACKFILLING AND INSPECTION A. Before backfilling, install concrete thrust blocks and anchor collars in accordance with the details at the location and interval and shown on the Drawings. Use concrete as specified in Section 3600 -Cast -In -Place Concrete. B. After the pipeline is installed and visually inspected by the Engineer, backfill the trench per Section 2300 -Excavation, Backfilling, and Compacting. C. Test the pipeline per Section 5300 -Inspection and Testing of Water Lines and Service Lines. D. Repair all pavements per Section 6000 -Pavement Repair. E. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. F. Repair sodded and grass areas to original condition per Section 6100 -Lawn and Grass Restoration. 3.17 WATER LINE INSTALLATION - AERIAL CROSSINGS A. Construct piers as shown on Drawings. B. Install encasement pipe on piers as shown on the Drawings. C. Insulate encasement as required by the City. 3.18 SEWER 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 watertight steel encasement pipe a minimum of 10 feet either side of 4100.doc 16 the line, centered over the point of crossing. The ends of the encasement pipe shall be sealed watertight. Refer to Section 3400 — Steel Encasement Pipe for end seals. 3.19 STORM SEWER CROSSINGS A. All water 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 steel encased a minimum of 5 feet either side of the storm drain. 3.20 CUT AND CAP A. Water lines that are to be abandoned shall be cut and capped as shown on the detail drawings. B. Mechanical joint restraints and concrete shall be used to resist thrust loads. 3.21 ABANDON CORPORATION STOP A. All corporation stops used for testing and/or chlorination need to be properly abandoned by fully closing the corporation stop, removing all service line materials, installing a solid copper disk, and reinstalling the corporation nut resulting in a water tight seal in the event that the corporation valve fails. 4100.doc 17 • (THIS PAGE INTENTIONALLY LEFT BLANK) • • END OF SECTION 4100 • • • • • • • • • • • • • • • • • • • • S • • S • • • • • 4100.doc 18 • SECTION 4200 WATER LINE PRESSURE REDUCTION PROCEDURES PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers the procedures associated with reducing water line pressure for construction. 1.02 PROCEDURES A. Water lines may need to have the pressure significantly reduced to facilitate construction in a project area, i.e tie-ins or cut and caps. B. Water pressure reductions shall be approved and coordinated with the City of Fayetteville Water & Sewer Department. C. The maximum amount of time that the line is permitted to be shut down shall be determined by the City of Fayetteville Water & Sewer Department. D. The Contractor shall have sufficient materials, labor, and necessary backup provisions in place prior to initiating water line pressure reduction to ensure that construction activities can be completed within the time determined by the City of Fayetteville Water & Sewer Department. E. A minimum of 72 -hour notice shall be provided to each affected customer using the attached water pressure reduction notice. F. The Contractor shall distribute the notices and generate a list of each address that the notices are delivered to. The list shall be given to the City of Fayetteville Water & Sewer Department for their files. 1.02 CONSTRUCTION REQUIREMENTS i A. The excavation in the project area shall be dewatered prior to pressure in the water main being reduced. B. All water pipe, fittings, and materials shall be{disinfected per AWWA C651, latest revision. C. Immediately after construction is complete, the existing water lines shall be flushed thoroughly and background chlorine ll vels re-established. 4200.doc 1 • • • (THIS PAGE INTENTIONALLY LEFT BLANK) • • • • • • • • • • • • • • • • • • • • • • i • • • • • • • • 4200.doc 2 • • • . . . . . • va'�irvillP THE CITY OF FAYETTEVILLE, ARKANSAS WATER AND SEWER DIVISION 113 West Mountain Fayetteville, AR 72701 WATER PRESSURE REDUCTION DATE: Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer listed below, must significantly reduce the water pressure in the area serving your business or residence. The water pressure will be reduced at the following time: DATE TURNED DOWN: TIME TURNED DOWN (approximate): TIME TURNED BACK ON (approximate): The pressure will probably be reduced such that you will not have water available in your residence or business. We are attempting to make the repairs in this way to avoid having to put your home or business on a precautionary boil order. Your water will be perfectly safe to drink as soon as full pressure is restored. I If the repair does not work as we expect and a boil order becomes necessary, you will be notified, in writing, when the need for the boil order is identified. ! If you need to draw water for use, please do so before the time we If you have any questions, please call one of the following: Engineer: Company and Contact Name Contractor: Company and Contact Thank you for your patience and consideration. Water & Sewer Maintenance 479-575-8386 be reducing pressure. Phone Phone 4200.doc 3 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 4200 42oo.doc 4 SECTION 5000 SEWER LINE PART 1- GENERAL 1.01 WORK INCLUDED A. This Section covers the cleaning of sewer 1.02 RELATED WORK A. Standard Detail Drawings B. Section 3100 — Installation of Sewer Pipe, Fittings, and Materials C. Section 3200 - Installation of Sewer Service Lines D. Section 3300 — Manholes E. Section 5100 - Sewer Line Television Inspection 1.03 SUBMITTALS A. 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 2 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 A. 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: 1. 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. 5000.doc 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 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 Owner. 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 obtain a hydrant meter from the Meter Department. 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 SEWER LINE 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 sewer lines. 1. The inspection line be by television • of each shall a (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 Ithese specifications shall mean the . length of pipe connecting two manholes. • 1.02 RELATED WORK • - A. Section 3100— Installation of Sewer Pipe, Fittings, and Materials • B. Section 3200 - Installation of Sewer Service Lines • • C. Section 5000 - Sewer Line Cleaning 1.03 SUBMITTALS• • A. The Contractor shall submit for approval manufacturer's brochures and . specifications for proposed TV equipment. • 1.04 INSPECTION O • 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 I by TV camera. The section being - inspected shall be suitably isolated from the remainder of the sewer line as necessary. • • 5100.doc 1 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 white 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 City. I. 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. 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 5100.doc 2 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 thel 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 Ito thirty (30) calendar days from the date submittal to the City. - The video media shall be DVD format. Video shall play in a standard DVD player without the need of viewing software. Each video media shall be permanently labeled with the following information furnished: 1. 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: 1. Project Job Number 2. Manhole to Manhole Designation (Number, Pipe Material, Size of Line, and Direction of Televising) 3. Name of Contractor 4. Date Televised 5. Street and or Easement Location 6. 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. 5100.doc 3 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 0hr 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 SEWER LINES, MANHOLES, AND SERVICE LINES PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers the inspection and test service lines. Holiday testing shall be requir sewer wet wells. Testing is required before service lines by the City. 1.02 RELATED WORK of sewer lines, manholes, and on all epoxy line manholes and 31 acceptance of sewer lines and A. Section 3000 — Sewer Pipe, Fittings, and Materials B. Section 3100 — Installation of Sewer Pipe, Fittings, and Materials C. Section 3200 - Installation of Sewer Service (Lines D. Section 3300 — Manholes E. Section 5100 -- Sewer Line Television Inspection 1.03 SCOPE OF WORK A. All pipelines shall be inspected and tested before final acceptance. The methods to be used are as follows: I. New Gravity Sewer Lines a. Visual inspection during installation and before backfill. b Low pressure air test. c. Television inspection. d. Mandrel test (Flexible pipes only) e. Final Visual Inspection F. Infiltration/exfiltration g. Tracer wire continuity test. 2. Manholes a. Visual inspection during installation and before backfill. b. Vacuum testing. c. Final visual, inspection. d. Holiday test (epoxy coatings) 5200.doc 1 3. Replacement Sewer Lines and Point Repairs a. Visual inspection during installation and before backfill. b. Low pressure air test/exfiltration, infiltration. c. Television inspection. d. Mandrel test. e. Final visual inspection. 4. Force Mains a. Visual inspection during installation and' before backfill. b. Hydrostatic pressure test. c. Tracer wire continuity test. 5. Service Lines a. Visual inspection during installation and before backfill. b. Low pressure air test. c. 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 rumi PART 3- EXECUTION 3.01 VISUAL INSPECTION DURING INSTALLATION AND BEFORE BACKFILL A. The Engineer shall be responsible for inspecting sewer lines, 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 lines. 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. 5200.doc 2 3.03 LOW PRESSURE AIR LOSS PROCEDURE FOR GRAVITY SEWER PIPELINES I I 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. I 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. 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 psig to 2.5 psig) Distance Between Manholes Nominal Pi a 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 26.1 134.11 53.25 76.55 104.42 200 7.33 9.26 11.23 17.48 25.38 34.54 145.35 71.13 102.34 139.36 250 7.33 9.53 14.14 22.15 32.03 43.37 156.59 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 1113.58 178.04 256.25 349.01 550 13.55 21.45 31.20 48.58 70.31 95.58 1125.21 195.52 282.04 383.55 600 15.11 23.44 34.11 53.25 76.55 104.42 1136.45 213.41 307.42 418.49 5200.doc 3 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. I. Air Testing Safety Requirements: 1. 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 HOLIDAY TESTING FOR EPDXY LININGS A. High voltage holiday detection for coating systems installed in corrosive environments, when it can be safely and effectively employed, shall be performed to ensure monolithic protection of the substrate. After the coating product(s) have cured in accordance with manufacturer recommendations, all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. All detected holidays shall be marked and repaired according to the coating product(s) manufacturer's recommendations. B. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. C. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. D. All areas repaired shall be retested following cure of the repair material(s). E. In instances where high voltage holiday detection is not feasible a close visual inspection shall be conducted and all possible holidays shall be marked and repaired as described above. F. Documentation of areas tested, equipment employed, results, and repairs made shall be submitted to the City/Engineer by Contractor. 5200.doc 4 3.05 TELEVISION INSPECTION A. The Contractor shall televise all newly installed sewer mains as follows: 1. 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. 2. The Contractor shall clean all lines thoroughly prior to the start of televising. 3. 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. 4. The Contractor shall televise each segment of pipe. 5. The Contractor shall review the video for possible defects in material or workmanship. 6. The Contractor shall correct any defects discovered during the television inspection at the Contractor's expense! 7. The Contractor shall deliver to the Engineer final video and logs after all defects have been repaired. 3.06 MANDREL TEST A. Mandrel testing shall be performed no less than 30 -days after the pipe has been backfilled. 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. 3.07 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%). 1 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 3.08 FINAL VISUAL INSPECTION A. Upon completion of the above tests the Engineer will perform a final visual inspection of sewer lines 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. 3.09 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 buildingsewers 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: 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. Low Pressure Air Loss Procedure I. 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. 5200.doc 6 3.10 PRESSURE TEST FOR FORCE MAINS A. Perform hydrostatic leakage tests for force i mains the same as water pipe, see Section 5300, 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 and a maximum pressure of 250 psi. B. The duration of the leakage test shall be two hours. C. The maximum allowable leakage rate shall be 1 gallon per foot diameter of pipe per 1000 feet of force main for the duration of the 2 hour test. D. 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. 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). 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. Vacuums 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. 5200.doc 7 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. 3.12 TRACER WIRE CONTINUITY TESTING A. Contractor shall perform a continuity test on all tracer wire in the presence of the Engineer or the Engineers' representative. If the tracer wire is found to be not continuous during testing, Contractor shall repair or replace the failed segment of wire at their own expense. B. A final continuity test shall be performed by a Water and Sewer Department representative before the project will be accepted by the City. If the tracer wire is found to be not continuous during testing, Contractor shall repair or replace the failed segment of wire at his own expense. END OF SECTION 5200 5200.doc 8 SECTION 5300 INSPECTION AND TESTING OF WATER LINES AND SERVICE LINES PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers the inspection and testing of water lines and services lines. Testing is required before final acceptance of water lines and service lines by the City. 1.02 RELATED WORK A. Section 4000 — Water Pipe, Fittings, and Materials B. Section 4100 — Installation of Water Pipe, Fittings, and Materials 1.03 SCOPE OF WORK A. All pipelines shall be inspected and tested before final acceptance. The methods to be used are as follows: 1. New Water Pipelines a. Visual inspection during installation and before backfill. b Hydrostatic pressure test. c. Disinfection. d. Bacteriological sampling. e. Final Visual Inspection. f. Tracer wire continuity test. 2. Water Meter Setters a. Visual inspection during installation and before backfill. b. Final Visual Inspection. 3. Service Lines a. Visual inspection during installation and before backfill. b Hydrostatic pressure test. c. Final Visual Inspection d. Tracer wire continuity test. 5300.doc 1 1.04 DELIVERABLES A. The Engineer shall provide a complete and comprehensive testing report summary complete with all inspection and testing dates and results. PART2-PRODUCTS A. Not Used. PART 3- EXECUTION 3.01 VISUAL INSPECTION DURING INSTALLATION AND BEFORE BACKFILL A. The Engineer shall be responsible for inspecting water lines, water meter setters, 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 TAPPING SLEEVES A. The contractor shall provide all pumps or other equipment necessary to test the tapping sleeve before making a tap. The duration of the hydrostatic leakage test on tapping sleeves shall be thirty (30) minutes at 225 psi with zero leakage. 3.03 PRESSURE TEST FOR WATER PIPELINES AND SERVICE LINES A. After completion of construction of all water lines or sections thereof, the Contractor shall flush, test and disinfect the new water lines and in accordance with the Engineer of Record's plan as described below. B. Flushing 1. All water for flushing, testing and disinfecting water lines shall be supplied and paid for by the Contractor. Water meters shall be obtained from the City of Fayetteville Meter Division. Water used for high rate flushing shall not be metered through a contractor issued water meter. Actual water flow rates used during flushing operations shall be determined by the City of Fayetteville by using either pitot style gauges or high rate water meters. Volume shall be determined by multiplying the measured flow rate times the duration of flushing in minutes. Water used for flushing shall be billed to the contractor at the current wholesale water rate plus applicable taxes. 2. The work shall be coordinated to ensure that it will not be carried on during periods of high water usage. Water valves or other appurtenances on the existing water system, new tapping valves, or valves or 5300.doc 2 appurtenances that have been accepted by the City, shall only be operated by, or under the direct supervision of, the City of Fayetteville Water & Sewer Maintenance Division. 3. The Contractor shall fill and flush the newly constructed lines and visually check all combination air release and vacuum valves, blow -off valve assemblies, line valves, fire hydrants, and meter setters to assure proper operation. 4. The Engineer of Record shall develop a flushing plan to ensure that all lines are properly flushed. The plan should specify the sequence in which valves and hydrants are to be opened and the duration thereof, ensuring complete flushing and protecting! the City's water system from construction contaminated water. The volume to be flushed shall be no less than three (3) but no more than five (5) times the volume of the main to be flushed, and shall be metered by the City. The flow shall be such that a flushing velocity of not less than 2.5 feet per second and preferably 3.5 feet per second or greater is attained. C. Hydrostatic Testing 1. All pipe shall be tested as set out in AWWA C600, latest revision. Tests will be conducted only after the line is completed, including all taps and meter settings as required and the backfill completed. These tests shall be performed by the Contractor in the presence of the City Inspectors and the Engineer of Record. The Contractor, shall furnish all necessary pressure gauges, meters, and pumps and make all taps and connections. 2. Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Before applying the test pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. 3. Test pressure shall be either 150 percent of the static pressure at the lowest points or 200 psi, whichever is greater`, not to exceed 250 psi at the lowest point. The contractor shall provide all pumps or other equipment necessary to maintain the test pressure within +1-5 psi at the test point for a period of two (2) hours. All interior valves including guardian valves on fire hydrants and other appurtenances shall be open during all tests. 4. The test pressure shall not vary by more than ± five (5) psi for the duration of the test. During the duration of th'e two hour test, if the test pressure drops more than 5.0 psi from the start pressure, the test shall be terminated and considered failure due to assumed leaks in the tested pipe section. If I 5300.doc 3 the pressure rises beyond the allowed 5 psi variance, the test shall be terminated and remaining air shall be purged from the pipeline. D. Leakage 1. The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 2. The maximum allowable leakage rate shall be 1 gallon per foot diameter of pipe per 1000 feet of water line for the duration of the 2 hour test. D inches 6 8 107 12 14 16 18 20 24 36 42 Allowable 0.50 0.67 0.83 I 1.00 1.17 1.33 1.50 1.67 2.00 3.00 3.50 3. Upon completion of a two hour test where the test pressure did not vary by more than ± five (5) psi, the CONTRACTOR shall determine the leakage amount by measuring the amount of "make-up" water necessary to restore the original starting pressure. 4. Should any test of pipe laid disclose leakage greater than that specified, the leak(s) shall be located and repaired and the line shall be re -tested at the Contractor's expense. All visible leaks shall be repaired regardless of the amount of leakage. It may be necessary to utilize leak detection equipment to locate not visible leaks at the Contractor's expense. 3.04 DISINFECTION A. After successful pressure testing, the line(s) shall be flushed at a velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C651, latest revision, for Disinfecting Water Mains, continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. B. The Contractor shall provide a test/chlorine tap no greater than 10' downstream from the beginning of the new water line. All excavation, installation, use of and proper abandonment of the test tap is the responsibility of the Contractor. C. The final concentration of chlorine inside the main shall be 25 parts per million (ppm) at all locations and shall be maintained for a minimum of 24 hours. The chlorine residual at the end of the 24 hour period shall not be less than 10 ppm. The contractor shall supply all test kits necessary to verify chlorine concentrations. 5300.doc 4 D. The contractor shall operate all valves and hydrants in the treated section of water line during the initial 24 hours to ensure disinfection of the appurtenances. E. The contractor shall take great care when I flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. i F. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations of chlorine. Decholorination of the disinfecting water sliall be in accordance with AWWA C655, Field Dechlorination, latest edition. A dechlorination plan shall be prepared by the Engineer of Record. G. After disinfection is complete, the Contractor shall then flush the disinfecting solution from the lines to a point that the chlorine concentration is back down to the same level as the treated water from the distribution system. The treated water lines will then be tested before being placed into service. 3.05 BACTERIOLOGICAL SAMPLES A. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, Wednesday, or Thursday. Before a line is placed in service, two consecutive series of samples which are not collected on the same day and are taken no more than 4 days apart must show that the water is bacteriologically safe for drinking purposes. 3.06 FINAL VISUAL INSPECTION A. Upon completion of the above tests the Engineer will perform a final visual inspection of water pipelines and meters. B. A punch list of defects (including obvious running leaks) will be prepared and sent to the Contractor for correction at the Contractors' expense. 3.07 TRACER WIRE CONTINUITY TESTING A. Contractor shall perform a continuity test on all tracer wire in the presence of the Engineer or the Engineers' representative. If the tracer wire is found to be not continuous during testing, Contractor shall repair or replace the failed segment of wire at their own expense. B. A final continuity test shall be performed by a Water and Sewer Department representative before the project will be accepted by the City. If the tracer wire is found to be not continuous during testing, Contractor shall repair or replace the failed segment of wire at his own expense. 5300.doc 5 I (THIS PAGE INTENTIONALL LEFT BLANK) END OF SECTION 5300 5300.doc 6 S SECTION 6000 PAVEMENT REP PART 1- GENERAL 1.01 WORK INCLUDED A. This section covers the materials and procedures used in the repair of roads, streets, or other public rights -of -way where a water lines, sewer line, or structure is constructed. I 1.02 RELATED WORK A. Section 2300 - Excavation, Backfilling and 1.03 REGULATIONS AND STANDARDS A. All permanent repairs of streets, roads, sidewalks, other public rights -of -way, private drives, private parking lots, etc. 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. I 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 QAIQC 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 A. 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 3,000 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. F. Paved parking lots disturbed or damaged inIthe process of construction shall be replaced in kind. Parking lots shall be replaced to same 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 parking lot. G. Any settlement or failure of surface replacement shall be repaired or replaced by the Contractor. H. All pavement repairs shall be in accordance with the Standard Details. I. All pavement markings shall be restored to n ew 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 furnishedland 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 j 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. 6000.doc 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. 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. Paved parking lots disturbed or damaged in the process of construction shall be replaced in kind. Parking lots shall be replaced to same 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 parking lot. H. All pavement repairs shall be in accordance with the Standard Details. I. 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. 6000.doc 4 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. 6000.doc 5 • • • (THIS PAGE INTENTIONALLY LEFT BLANK) • • • END OF SECTION 6000 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 6000.doc 6 • • 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, and water at all other locations disturbed by the construction. C. Maintenance service. 1.02 RELATED WORK A. 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 Drawings (generally lawns or commercial green spaces) or seed and mulch all other areas disturbed by the Contractor. B. It covers the furnishing and applying of water. i C. It covers the furnishing and placing of four (4) inches of topsoil on all areas disturbed during construction. 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. i B. Replace areas found dead, or not in a healthy growing condition. 6100.doc 1 PART 2- PRODUCTS 2.01 TOPSOIL A. 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 A. Fertilizer shall be a standard commercial product complying with State and Federal laws and with the requirements issued by proper authorities. B. 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. C. 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. D. All fertilizer shall be solid and shall be in a condition which will permit proper distribution. 2.03 SOD A. 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. 6100.doc 2 C. To optimize soil stabilization, Contractor shall utilize a nurse crop of quick 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 coverIof perennial vegetation is achieved that is uniform and mature enough to survive and be of sufficient density to preclude erosion. I D. Contractor shall conduct seeding activities to achieve stabilization that are generally congruent with the following schedule: VU■ ■hall% l..Vlll IJ% 13 III AGlll{IVl al \7laUl1JLa%IVl■ III UV IIlUGI 1 — A Ul Ual L I J 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 pe-ennial 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: I Dormant Cool Season Temoorary Cover Croo Seed Mixl (November l — February 281 Plant Species I Growth Season!.. Life Cycle Seeding Rate Winter rye (Secale cereale cool season annual 75 lb/ac Perennial R e 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 (Snrinl Seed Mix (March 1 — May 311 Plant Species Growth Season/ Lifecle Seeding Rate Oats Avena saliva _Cycle 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 sti ulacea * waim season annual 20 lb/ac Bermuda (Cynodon dactylon) 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. I 6100.doc 3 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 311 Plant Species Growth Season/ Lifecle Seeding Rate Sudan grass (Sorghum bicolor) _Cycle warm season annual 20 lb/ac Alyce clover (Alysicarpus us ovali olius warm season annual 20 lb/ac Brown -top millet (Panicum ramosum) warm season annual 20 lb/ac Bermuda C nodon dac lon warm season perennial 25 lbs/ac Bahia ass Pas alum notatum) warm season perennial 25 Ibs/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 (September 1 — October 311 Plant Species Growth Season/ Lifecle Seeding Rate Oats (Avena sativa) _Cycle cool season annual 30 lb/ac Winter rye (Secale cereale) cool season annual 30 lb/ac White clover Tri olium re ens * cool season perennial 25 lb/ac Perennial Ryegrass ass (Lolium perenne) cool season perennial 50 lb/ac Virginia wildrye (Elymus virgin icus 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 1 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 (0.0057 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 i 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 power 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. D. The contractor shall water and maintain seeded areas from time of completion • until final acceptance of the project. i • 6100.doc 5 i 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. 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. 6100.doc 6 C. Immediately following the application of the i ulch 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. A. 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 and areas not covered by permanent structures. 3.06 INTERMITTENT CLEANUP A. 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. 6100.doc WA • • • (THIS PAGE INTENTIONALLY LEFT BLANK) i • • • • END OF SECTION 6100 • • i • • • • • • • • • • • • i • • • • • • • • • • i 6100.doc 8 • • • • SECTION 6200 • REPORTING FORMS • • • • • • • • • • • • i • • I • • • • • • • • • • d 6200.oc • Water Line Data City of Fayetteville (Project Name: Contractor / Superintendent: (City Project Number: Location: Engineer / Inspector: Location Sheet Number Station Number Manufacturer Material Diameter I Production Run Code or Lot Code • • • • Water Valve Data O City of Fayetteville j • Project Name: Contractor / Superintendent: • City Project Number: i i Location: Engineer / Inspector: • . Location • t Type (Gate . Sheet Number Station Number Manufacturer i Model Number Year Butterfly Ball) Diameter • • • • • • • • • • • • • • • • • • • Fire Hydrant Information Sheet City of Fayetteville Hydrant ID: Manufacturer: Ii Assigned by Water/Sewer Mueller, Waterous, Other Address: 1 Model: IL Nearest House Number Street: 1 Year: II Ii Street Name Cross Street: 1 11Installation Date: IL Ii Nearest Cross Street Main Diameter: Installed By: II City or Contractor Name Feeder Diameter: Static Pressure: IT psill Depth of Bury: II Ownership: II I Include Extensions City, Private, WWA. Other Number of Nozzles: 3 2 Other: INozzle Diameters: Fire Flow Data Picot Pressure: Measured Flow: 20 psi Residual Flow 4 1I2"- ; 2 1/2"- ; Other - Secondary Fire Hydrant for Test Hydrant ID: II II Static Pressure: psi1 Residual Pressure: psill Color: II Blue Green Orange Red Other: Residual Flow is 1500 gpm > - Blue; 1000 to 1499 - Green; 500 to 999 - Orange; < 500 - Red Color: II II of Flow Test: Initials of Testor: ate of Inspection: Initials of Inspector: of Maintenance: otes: Intitials of Maint.: 5 W C a � y Lr o C/] w � L V U 0. 3 � o � a"n a w I Q V L1. Q) i aD CD T LD LL 0 �oonMo�MOL�000 �O 00 O M V1 t0 O O Vl O O O --+ --- *-+ - - N M M N V .� �O O --i N --i �O ,-• 00 •� O N N tiC M N 't • • • • • • a S S S • Ca LL S Q S it U . C� S GA . � o r•� U . a?Cl . . • • • • S • 0 S a � C) C) G �+ C3 CC)) Cam) C) t0 y V C) � y - w •� � H V C) C)z V — I-. G G4 Q • 6) M n M — L. O '" S • • • • U • • ° U • • • • • o O -N Q) U A m - .L�+ m • a) • EO • L U •• u •y > Qw • a� U • o • y a • • i C • o • U lw .o a, o . 0 U • 3� • O • � O • v- '� • L ti • Q � • • • A�H N G � 0 Lr O U () U U W a I: o. 0 U o ar V U z U Fes- O • a U a I-. U N M �O 00 Q q • • • • • • • • S • m . T . . U O • • id • • C U • • • • • • • • • • • • • • • • • • • � ° w z A U U ry N i V U G p � O U W E i � z ii U 6 i �9 Q� _ I - o A � a N a U a° • • • • • • • • • • • • • • O • o - U • • U • • • • • • r • • • • • • • • • • • • • • • a � w CL W F'+ v O t7n I.. O U 0 .6 U o z o I 0 � z �o z i F O a V - • • __ - • • . • • __ - • b � o . � U • • L7 �_ . W � • . U U C J • • 0 g o c � • F' :11111111111I � z • • • __ - - • :1 ; z A�z • O • __ • • t5 15 Bond # B1204017 010700 - PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, Goodwin & Goodwin, Inc:. 3503 Free Ferry Road. Fort Smith. AR 72903,,,,,,, as Principal, hereinafter called "Principal", and Cincinnati Insurance Company, P. O. Box 145496 Cincinnati , State of Ohio , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", In the amount of: SEVEN HUNDRED SEVEN THOUSAND SEVEN AND 50/100THS Dollars ($ 707,007.50 In lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the Principal entered into a Contract with the Owner by written agreement dated the day of , 20j, a copy of which Is attached hereto and made a part hereof, hereinafter referred to as the Contract, "Water Main Improvements Kessler Mountain to Cato Springs Road" NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract, including without limitation the maintenance warranty thereof, during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands Incurred under such Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may Incur in making good any default, then this obligation shall be void; otherwise to remain In full force and effect. 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 Owner of an extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived. in no event shall the aggregate liability of the Surety exceed the sum set out herein. 11111llllll11111111111111111111111111111111111111111f lllllllllllllllllllllllf 111 Doc ID: 016155220005 Type: LIE Kind: PERFORMANCE BOND Recorded: 03/27/2015 at 09:51:24 AM Fee Amt: $35.00 Page 1 of 5 Washington County, AR Kyle Sylvester Circuit Clerk FileBO33-00000080 Water Main Improvements Kessler Mountain to Cato Springs Road 010700-1 14048020 330O This bond is executed pursuant to the terms of Arkansas Code Annotation §§ 18-44-501 et. Seq., as amended. Executed on this -1 day of f ► to+ , 20i. SEAL Goodwin & Goodwin, Inc. Principal lr 1 1 r l Cincinnati Insurance Company Surety /J By YM Gl Attor ey n -Fact - Signature By Elizabeth A. Solomon, Attorney -in -Fact NOTES: Attach Power of Attorney. Date of Bond must not precede date of Contract. A copy of this Bond must be filed with the Circuit Clerk In each county wherein the work is to be performed. Water Main Improvements Kessler Mountain to Cato Springs Road 010700-2 Attorney -In -Fact - Print Name and Title 14048020 Bond # B1204017 010720 - PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, Goodwin & Goodwin, Inc., 3503 Free Ferry Road, Fort Smith, AR 72903 as Principal, hereinafter called "Principal", and Cincinnati Insurance Company, P. O. Box 145496 Cincinnati , State of Ohio as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Fayetteville, Arkansas, as Obligee, hereinafter called "Owner', in the amount of: SEVEN HUNDRED SEVEN THOUSAND SEVEN AND 50/100THS Dollars ($ 707,007.50 ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, th Principal entered Into a Contract with the Owner by written agreement dated the 3 day of v , 20J, a copy of which Is attached hereto and made a part hereof, hereinafter referred to as the Contract, "Water Main Improvements Kessler Mountain to Cato Springs Road" NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor performed in such work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 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 Owner of an extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or the Principal to the other shah not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Water Main Improvements Kessler Mountain to Cato Springs Road 010720-i 14048020 This bond is executed pursuant to the terms of Arkansas Code Annotation §§ 18-44-501 et. Seq., as amended. Executed on this 3 day of Y °' , 201. SEAL r - �.���••.• Goodwin & Goodwin, Inc. .4 �D'fl Principal I4 By Bryan Goodwin, President Print Name and Title Cincinnati Insurance Company Surety By ) Attorn In -Fact - Signature By Elizabeth A. Solomon, Attorney -in -Fact Attorney -In -Fact - Print Name and Title NOTES: Attach Power of Attorney. Date of Bond must not precede date of Contract. A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed. Water Main Improvements Kessler Mountain to Cato Springs Road 010720-2 14048020 THE CINCINNATI INSURANCE' COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Elizabeth A. Solomon; Sarah Day and/or Brent Frueh of Fort Smith, Arkansas its true and lawful Attorneys) -in -Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6'" day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke'any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7'1 day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by' facsimile on any power of attorney granted, and the signature of the Secretary or'Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10'x' day of May, 2012. THE CINCINNATI INSURANCE COMPANY canroxsr¢ e \ SEAL OHIO Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 10"' day of May, 2012, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction -of said corporation. o ors- MARK J. H LLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO •/ Q My commission has no expiration ''%tOf _�► date, Section 147.O3 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is°still.in full force and effect. I 1N -t der my hand and seal of said Company at Fairfield, Ohio. day of Pam.. Assistant Secretary \\\ \'V\\\ \ i \\ .\\\\\\\\\\.`.\\\\\\\\'\\'\\\\\`ti` \'• \\\\\\\\ ;�a G 1 - 1 i \ �'� � �`$ ��$"'`���a•. b ' , �' tip` \'�� � �t,.'�.'�z�- �\ tad .; � >tk:�, Prepared For: City of Fayetteville January, 2x15 GarverUSA:com THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Elizabeth A. Solomon; Sarah Day and/or Brent'Frueh of Fort Smith, Arkansas its true and lawful Attomey(s)-in.Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million and No/1OO Dollars ($20,0OO,0OO.0O). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6'day of December, 1959, which resolution is still iii effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attomeys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Pact shall be binding upon tlic Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 71 day of December, 1973. 'RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on airy power of attorney granted, and the signature of the Secretary o?'Assistant Secretary and the Anal of the Company may be aflixod by facsimile to Any certificate of any such power mid any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and scaled and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which It is attached. continue to be valid and binding on ilia Company." IN WITNESS WHEREOF, T14E CINCINNATI INSURANCE COMPANY has caused those presents to be scaled with its Colpornte seal, duly attested by its Viva President this l0" day of May, 2012. ,�+,���.•� 'IUE CINCINNATI INSURANCE COMPANY Jr aasro5,tr i! SEAl, Vice President STATE OF O111O ) ss: COUNTY OF RUl'Li3k On this 101, day of May, 2012, before me came the above -named Vice President of THE CINCINNATI INSURANCI COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate ,veal and the signature of the officer were duty affixed and subscribed to said instrument by the authority and direction of said corporation. /'1AL L fi * aF MAFIK J. H LLER, Attorney at Law NOTARY PUBLIC • STATE OF OHIO mmisiton has no expiration �i�„E OF..s►+ date. Section 147.03 O.R.C. My ao 1, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN wider my hand and seal of said Company at Fairfield, Ohio. this day of .Y OJaReilTt' i SEAL + aH14 . BN- I005 (5112) Assistant Secretary GOOD&GO-02 LINDA �1CORv' CERTIFICATE OF LIABILITY INSURANCE DATEIM � 7rl 311 712 0 1 5 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 pollcy(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 endarsementjs). rtooucER .HC Insurance i00 Euper Lane O. Box 3529 pit Smith, AR 72913.3529 IGUREO Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 ' Linda E. Thomas X11, (479) 462-4000 INSURERISi AFFORDING COVERAGE INSURER A : Cincinnati Casualty Company INSURERS: INSURER C: INSURER 0 INSURER E jaaC,No1, (479) 484.5185 :OVERAGES CERTIFICATE NUMBER' 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, R AobL BURR POL Y PpOLICY P q TYPO OF INSURANCE . ND yYyD POLICY NUMBFR — Mtue M11UDD . LIMITS COMMERCIAL GENERAL LIABILITY EpACIM OCCURRENCE $ 1,000,00 CLAIMtt•MADE OCCUR CAPlitl7712B 03116!2016 03!1612016 DOTED .1 $ X Owners, Contractors MgOEXP (Any one Rain! s X Protective Lleblity PEREONAL&ADVINJURY $ GEN'L AGGREGATE OMIT APPLIES PER: GENERAL AGGREGATE S 1,000,00 POLICY jECT LOC PRODUCTS - COMPIOP AGO $ OTHER t AUTOMOBILE LIABILITY COMOINED SINGLE LIMIT'S (EA nCLIde7Ni ANY AUTO BODILY INJURY (Per peraonj S ALLOWNED SCHEDULED BODILY INJURY (PrreccidonIi $ NON-UWNEU PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accIdepli , _ - UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIME-MADE AGGREGATE rl DED RETENTIONS f WORKERS COMPENSATION STATUTE ER 1I. r AND EMPLOYERS' LIABILITY Y 1 N ANYPROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EYCLUDED? �J N 1 A E L. EACH ACCIDENT S iMandatory In NH) E.L. D SEASE - CA EMPLOYEE S uye a,daacdbi under DESCRIPTION OF OPERATIONS heir v EL DISEASE .POLICY LIMIT S lr OF OPERATIONS 1 LOCATIONS I VEHICLES, IACORD 101, Addltlanal Rsmir Bohedula, mar be attached If more apace Is requiredj �ES,CRIPTION oject: Ctly of Fayetteville, Bid 16.16, Construction , Kessler Mountain Water Line ob Description: Water Main improvements, Kessler Mountain to Cato Springs Road NAIC C 10677 H I SHOULD AMY OF THE ABOVE OESCR15ED POLICIES BE CANCELLED BEFORE Goodwin & Goodwin, Inc. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3503 Free Ferry Road ACCORDANCE WITH THE POLICY PROVISIONS. Fort Smith, AR 72903 AUTHORIZED REPRESENTATIVE r C CLJ- © 1988.2014 ACORD CORPORATION. All rights reserved. CORD 25 (2014101) The ACORD name and logo are registered marks of ACORD G0008GO-02 LINT I A`orRv CERTIFICATE OF LIABILITY INSURANCE DATe(etwoDn+rYy) 3116/2015 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 POLICI€S 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 pollcy(iss) must be endorsed. II SUBROGATION IS WAIVED, subject to I 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 sndorssment(s . PRODUCER M"A1N1& � Linda E. Thomas i BHC Insurance PHONa ml: ) 479 452-4000 Wc, N.). (479) 484-5185 E ( 5500 Euper Lane �o•v . P.O. Box 3529 ,iooel:aa: Fort Smith, AR 72913.3529 IN5URER(a) AFFORDING COVIRAGS NAIL $ 1NSURIRA:Clndnnatl Insurance Company 10677 INSURIM sluRER a :Cincinnati Indemnity Company 10677 Goodwin & Goodwin, Inc. 1N@URER C I 3403 Free Ferry Road I4$URUR 0 Fort Smith, AR 72903 IN@URlR a: 1NIURUR f t GVvr.r%A 1C•7 %- r rr Iwrl I r. nwmwr.,r•. - -- -- ---- THIS 19 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ASOVF FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OP ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE! MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IA X COMMEIICIAL OSNIML LIAIILITY CLAIMS.MADE X Occue X X CPP0574483 OcN'I, AQORBOATS LIMIT! Q41CY X �q AUTOMOBILE LIABILITY X ANY AUTO ALL OWNEO AU TOO X HIROO AUTOS X X UMNRSLLA MAI A UXCEaa LIAR Dq0 X RaTor WCRKIR>ICOMPCN$AT AND 5MPLOYSR&' UAal 8 OFFICEPJMMBER eXCI I (MandataryIn NH) if ye., d.eom. under 0ESCRIPTION OF OPER A Installation Floater tPPLIBS PER; LOC x x CPA0S74583 sCHEOULso AUTOS NON-QWNSO AUTOS OCCUR cLA1Ma•MAOa X X CPP0574683 0 YYX WC1862223.00 NIA CPPO874683 'wD 4 (�I�Mfp71lYYYYI UNIT11 SACH OCCURRENCC 1 1 0910612014 081061MAG 2019 pRR(iMlatiA 0AMIB RANTEDEaaetaltralxx) s MCD EXP IAny One parson) PERSONAL. 6 ADV INJURY 4 1 OSNERALA00RE0A79 f 2 PRODUCTS •COMP/OP ADO $ 2 f CptAR$11i LQ�1eAIT 1 1 0410512014 0010512015 8AEOOCLY INJURY {Per person) $ 00DILY INJURY TV 0V ldmtl $ PROPERTY DAMAt3E 1Par acc4.ntl SACH OCCURRENCE 1 0910413014 0510512015 ACORIOATE 1 E X STATUTE P'R'A 0810912014 0910612013 E L. EACH ACCIDENT 1 a L. D1EEAaa • SA EMPLOYEE 3 0810612014 0810612015 Limit 91 DESCRIPTION OP OPERATION@ I LOCATION@ I VEHICLES IACORD 131, Addltlon.l Raman@ 0ohedule, may be eneohed If more epace le requlydl Bid 15.15, Construction - Kessler Mountain Water Line City of Fayetteville, Owner, and Garver, LLC shall be included as an Additional Insured by endorsement OA233 (02107) on the General Liability policy and by AA4171 (11105) on the Automobile when required by written contract. Umbrella policy follows form; Coverage shall be primary and noncontributory with respect any other Insurance or aei6inaurencs programs afforded to City of Fayetteville and Garver, LLC when required by written contract. Waiver of Subrogation applies in favor of City of Fayetteville, Owner, and Garver, LLC on all policies when required by written contract. Sixty Days' Notice of Cancellation except ten days for nonpayment of premium will be provided in favor of City of Fayetteville and Garver, LLC in the event of cancellation, non.ronewal andlor Impairment of the Contractor's policies. CERTIFICATE HOLDER CAFIc LLA I ]UN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE C! of Fa ettevlile, Owner THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN tY Y ACCORDANCE WITH THE POLICY PROVISIONS. and Garver, LLC 125 West Mountain Street Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE Nag IPA itloe-9niA n -r or f`ADDr1DATIr1Al All rinh+a raoarvad ACORD 25 (2014101) The ACORO name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ if CAREFULLY. CONTRACTORSCOMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement - Table of Contents: lei °' Ion Pane - 1. Employee Benefit Liability Coverage........................................................................................... . 2. Unintentional Failure to Disclose Hazards. 7 3. Damage to Premises Rented'to You........................................................... 7 4. Supplementary Payments .............. ..,........................... 88 ID 5. Medical Payments.......... ............... .................. S. Voluntary Property Damage (Coverage a.) and Care, Custody or Control 9 LiabilityCoverage (Coverage b.) ....:............... ..........................,..................................,.,.... Day 7. 180'# Coverage 4J for Newly Formed or Acquired Organizations .................................................. t0 8. Waiver of Subrogation...................................................................................................................10 9. Automatic Additional Insured - Specified Relationships: ........................... .............................10 Managers or Lessors of Premises; Lessor of Leased Equipment; Vendors; State or Political Subdivisions - Permits Relating to Premises; 0 State or Political Subdivisions - Permits; and Contractors' Operations 10. Broadened Contractual Liability • Work Within 50' of Railroad Property.........................................14 11. Property Damage to Borrowed Equipment. .14 12. Employees as Insureds - Specified Health Care Services'.......................................................... 14 Nurses; .......................... ® Emergency Medical Technicians; and Paramedics 13, Broadened Notice of Occurrence ..................................... B. Limits of Insurance: ® The Commercial General Liability Limits of Insurance apply to the Insurance provided by this endorse- ® ment, except as provided below. 1. Employee Benefit Liability Coverage Each Employee Limit: $ 1,000,000 Aggregate Limit: $ 3,000,000 ® Deductible: $ 1,000 3. Damage to Promises Rented to You The lesser of: a. The Each Occurrence Limit shown in the Declarations; or Q b. $500,000 unless otherwise stated $ ® 4. Supplementary Payments a. Bail bonds: $ 1,000 B b. Loss of earnings: $ 350 5. Medical Payments Q Medical Expense Limit: $ 10,000 A Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 1 of 15 6. Voluntary Property Damage (Coverage a.) and Care, Custody or Control Liability Coverage (Coverage b.) J Limits of Insurance (Each Occurrence) Coverage a. $1,000 Coverage b. $5,000 unless otherwise stated $ Deductibles (Each Occurrence) Coverage a. $250 Coverage b. $250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM (a) Area jPayroll Gross Sales dj Units (For Limits In Excess of $5,000) (For Limits in Excess of $5,000) Other b. Care, Custody or Control g 11, Property Damage to Borrowed Equipment Each Occurrence Limit; $ 10,000 Deductible: $ 250 C. Coverages: have used up the ap- plicable limit of Insur- 1. Employee Benefit Liability Coverage ance in the payment of a. The following Is added to SECTION I Benefit judgments or settle- men Is. - COVERAGES; Employee Liability Coverage. No other obligation or liabil• ity to pay sums or perform 1) Insttrin Agreement ( g acts or services is covered (a) We will pay those sums that unless explicitly provided for under Supplementary Pay - the Insured becomes legally ments. obligated to pay as darn- ages caused by any act, er-(b) This insurance applies to ror or omission of the in- damages only if the act, er- sured, or of any other per- ror or omission, Is negll- son for whose acts the In entry committed In the sured is legally liable, to administration" of your which this insurance ap "employee benefit pro - plies. We will have the right gram"; and and duty to defend the in• sured against any "suit" 1) Occurs during the pol- seeking those damages. Icy period; or However, we will have no duty to defend against any 2) Occurred prior to the "suit' seeking damages to effective date of this provided: which this insurance does endorsement not apply. We may, at our a) You did not have discretion, investigate any knowledge of a report of an act, error or omission and settle any claim or "suit" on of - before the of - claim or "suit" that may re- or festive date of this suit. But: endorsement. 1) The amount we will pay You will be for damages is limited deemed to have as described In SEC- knowledge of a TION III - LIMITS OF INSURANCE; and claim or "suit" when any 2) Our right and duty to "authorized repre- sentative", defend ends when we Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. / Page 2 of 15 i) Reports all, or formance of investment any part, of the vehicles; or act, error or omission to us 3) Advice given to any other or anythat insurer; person with respect to person's decision to participate or not to Ii) Receives a participate in any plan written or ver- included in the gim- bal demand or ployes benefit pro- claim for dam- gram'. ages because cf the act, - (f} Workers' Compensation ror or omis- and Similar Laws sion; and Any claim arising out of b) There Is no other your failure to comply with applicable insur- the mandatory provisions of ance any workers' compensation, unemployment cornpensa- (2) Exclusions lion Insurance, social secu- This Insurance does not apply rity or disability benefits law or any similar law. to: (a) Bodily Injury, Property Damage Personal (Q) ERISA Damages for in or and which any - Advertising Injury sured Is liable because of liability imposed on a fiduci- "Bodily injury", 'property ary by the Employee Re - damage' or personal and tirement Income Security advertising injury". Act of 1974, as now or (b) Dishonest, Fraudulent, hereafter amended, or by any similar federal, state or Criminal or Malicious Act local laws. Damages arising out of any(h) Intentional, dishonest, Available Benefits fraudulent, criminal or mali- Any claim for benefits to the cious act, error or omission, extent that such benefits committed by any insured, are available, with reason - including the willful or rock- able effort and cooperation less violation of any statute, of the Insured, from the ap- (c) Failure to Perform a Con- pitiable funds accrued or other collectible insurance. tract Damages arising out of fail- (1) Taxes, Fins or Penalties ure of performance of con- tract by any insurer. Taxes, fines or penalties Including those imposed (d) Insufficiency of Funds under the Internal Revenue Code or any similar state or Damages arising out of an local law. Insufficiency of funds to meet any obligations under (j) Employment -Related Practices any plan included in the "employee benefit pro- Any liability arising out of gram". any: (e) Inadequacy of Perform- (1) Refusal to employ; ance of Investment I Ad- vice Given With Respect (2) Termination of em - to Participation ployment; Any claim based upon: (3) Coercion, demotion, evaluation, reassign- 1)Failure of any invest- ment, discipline, defa- ment to perform; mation, harassment, 2) Errors in providing in- humiliation, discrimina- lion or other employ - formation on past per- GA 233 02 07 Includes copyrighted material of Insurance Services Office, Inc., with Its permission. Page 3 of 15 ment-related practices, acts or omissions; or (4) Consequential liability as a result of (1), (2) or (3) above. This exclusion applies whether the insured may be held liable as an employer or in any other capacity and to any obligation to share damages with or repay someone else who must pay damages because of the injury. (3) Supplementary Payments SECTION l • COVERAGES, SUPPLEMENTARY PAY- MENTS - COVERAGES A AND B also apply to this Coverage, b. Who is an Insured As respects Employee Benefit Liabil- ity Coverage, SECTION It - WHO IS AN INSURED is deleted in its en- tirety and replaced by the following: (1) If you are designated in the Declarations as; GA 233 02 07 (a) An individual, you and your spouse are Insureds, but only with respect to the conduct of a business of which you are the sole owner. (b) A partnership or joint ven- ture, you are an insured. Your members, your part- ners, and their spouses are also insureds but only with respect to the conduct of your business. (c) A limited liability company, you are an Insured. Your members are also Insureds, but only with respect to the conduct of your business. Your managers are in- sureds, but only with re- spect to their duties as your managers. (d) An organization other than a partnership, joint venture or limited liability company, you are an insured. Your executive officers" and di- rectors are insureds, but only with respect to their duties as your officers or di- rectors. Your stockholders are also insureds, but only with respect to their liability as stockholders. C. (e) A trust, you are an insured. Your trustees are also in- sureds, but only with re- spect to their duties as trustees. (2) Each of the following Is also an Insured: (a) Each of your "employees" who is or was authorized to administer your "employee benefit program". (b) Any persons, organizations or "employees having proper temporary authori- zation to administer your "employee benefit program" if you die, but only until your legal representative is ap- pointed. (c) Yourlegal d e, but representative nwith you re- spect to duties as such. That representative will have all your rights and du- ties under this Coverage Part. (3) Any on u newly ac- quire or foirm�iotherthan a part- nership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will quality as a Named Insured If no other similar insurance applies to that organization. However, cover- age under this provision: (a) is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and yd (b) error not omiapssioly n that was committed before you ac- quired or formed the or- ganization. Limits of Insurance As respects Employee Benefit Liabil- ity Coverage, SECTION III - LIMITS OF INSURANCE is deleted in its en- tirety and replaced by the following: (1) ine LimiSection B. Insurance is of insur- ance, 1. Employee Benefit Li- ability Coverage and the rules below fix the most we will pay regardless of the number of: (a) Insureds; Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 15 (b) Claims made or "suits" (b) The deductible amount brought; stated in the Declarations (c) Persons or organizations applies to all damages sustained by any one -em- making claims or bringing "suits'; ployes', including such employee's" dependents (d) Acts, errors or omissions; or and beneficiaries, because of all acts, errors or omis- (e) Benefits included In your sions to which this insur- "employee benefit pro- ance applies. gram". (c) The terms of this Insurance, (2) The Aggre ate Limit shown- in Section B. Limits Insurance, including those with respect of to: 1. Employee Benefit Liability Coverage of this endorsement 1) Our right and duty to is the most we will pay for alt defend the insured damages because of acts, er- against any "suits" rors or omissions negligently seeking those dam- committed in the "administra- ages; and (ion- of your "employee benefit 2) Your duties, and the program . duties of any other In - (3) Subject to the limit described In Insured, in the 12) above, the Each Employee event event of an act, error or Imit shown In Section S. Limits omission, or claim, of Insurance, 1. Employee Benefit Liability Coverage of apply Irrespective of the application of the deductible this endorsement is the most we amount will pay for all damages sus- tained by any one "employee", Including damages sustained by (d) We may pay any part or all of the deductible amount to such "employee's" dependents effect settlement of any and beneficiaries, as a result of: claim or "suit" and, upon (a) An act, error or omission; or notification of the action taken, you shall promptly (b) A series of related acts, er. reimburse us for such art the deductible rors or omissions, regard- less of the amount of time of amounfais we have paid, that lapses between such d. Additional Conditions acts, errors or omissions, ne ii ently committed In the a m nistration of em- As respects Employee Benefit U - ability Coverage SECTION IV - your ployee benefit program". COMMERCIAL GENERAL, UABIL- ITY CONDITIONS is amended as• However, the amount paid un- follows: der this endorsement shall not exceed, and will be subject to (1) Item 2. Duties in the Event of the limits and restrictions that Occurrence, Offense, Claim or Suit is deleted in its entirety and apply to the payment of benefits In any plan included in the "em- replaced by the following: ployee benefit program". 2. Duties In the Event of an Act, Error or (4) Deductible Amount Omission, or Claim or Suit (a) Our obligation to pay dam- a. You must see to It that we are notl- fled as soon as practicable of an act, ages on behalf of - ages only the the suredof appliesdaonly toIn theex- error or omission which may result in amount a claim. To the extent possible, no - tics should include: cess of the deductible amount stated in the Decla- (1) What the act, error or omission rations as applicable to was and when it occurred; and Each Employee. The limits of insurance ofbe shall not (2) The names and addresses of reduced by the amount of anyone who may suffer dam - this deductible, ages as a result of the act, error or omission. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 5 of 15 b. It a claim is made or "suit' is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, sum- monses or legal papers re- ceived In connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the Investi- gation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organiza- tion which may be liable to the insured because of an act, error or omission to which this Insur- ance may also apply, d. No insured will, except at that In- sured's own cost, voluntarily make a payment, assume any obligation, or incur any expense without our con- sent (2) Item n its entirety and replade- leted by the following: GA 233 02 07 5. Other Insurance It other valid and collectible Insurance is available to the insured for a loss we cover under this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance Is pri- mary except when c. below applies. if this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in b. below. b. Method of Sharing If all of the other insur- ance permits contribu- tion by equal shares, we will follow this method also. Under this approach each in- surer contributes equal amounts until it has paid, its applicable limit of Insurance or none of the loss remains, whichever comes first. 1f any of the other in- surance does not per- mit contribution by equal shares, we will contribute by limits. Under this method, each Insurer's share is based on the ratio of its applicable limit of in- surance to the total ap- plicable limits of insur- ance of all Insurers. c. No Coverage This Insurance shall not cover any loss for which the insured is entitled to recovery un- der any other Insur- ance in force previous to the effective date of this Coverage Part. a. Additional Definitions As respects Employ' Benefit U- abilityy Coverage, BECTiON V - DEFINITIONS Is amended as fol- lows: (1) The following definitions are added: 1. "Administration" means: Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Providing Information to "employees". including their dependents and beneficiaries, with re- spect to eligibility for or scope of "employee benefit programs ; b. Interpreting the "em- ployee benefit pro- grams"; c. Handling records in connection with the "employee benefit pro- grams"; or d. Effecting, continuing or terminating any em- ployee's" participation Page 6 of 15 in any benefit Included benefits, workers' corn - in the "employee bene- fit pensation and disability program". benefits; and However, "administration" d. Vacation plans, includ- does not include: ing buy and soil pro - a. Handlin g payroll de- grams; leave of ab- sence programs, In- ductions; or cluding military, mater - b. The failure to effect or nity, Tamily, and civil maintain any insurance leave; tuition assts - or adequate limits of lance plans; transpor- coverage of insurance, Cation and health club Including but not limited subsidies, to unemployment in- surance. social security (2) The following definitions are deleted In their entirety and re - benefits, workers' come placed by the following: pensation and disability benefits. 21. "suit' means a civil pro- 2. 'Cafeteria plans" means ceeding In which money damages because of an plan authorized by"appiica- blo law to allow employ- act, error or omission to ees" to elect to pay for car- which this insurance applies are alleged. "Suit" Includes: tain benefits with pre-tax dollars. a. An arbitration pro- d. "Employee benefit pro- ceeding In which such damages are claimed grams" means a program providing some or all of the and to which the in - following benefits to "em- sured must submit or does submit with our ployees , whether provided consent; through a cafeteria plan or otherwise: b. Any other alternative a. Group life insurance; dispute resolution pro - ceeding In which such roup accident or eatth Insurance; den- damages are claimed and to which the in- tal, vision and hearing plans; and flexible cured submits with our spending accounts; consent; or provided that no one a. An appeal of a olvll other than an "em- proceeding. ployee" may subscribe to such benefits and 8. 'Employee' means a per - such b such b enefits are made son actively employed, for - generally available to merit' employed on leave "employees" who of absence or disabled, or satisfy the plan's ellgl- retired. "Employee" In- billty requirements; cludes a "leased worker". "Employee" does not In - b. Profit sharing plans, clude a "temporary worker". employee savings plans, employee stock 2. Unintentional Failure to Disclose Hex - ownership plans, pen- sion plans and stock subscription plans, SECTION IV - COMMERCIAL GENERAL provided that no one LIABILITY CONDITIONS, 7. Represen- other than an "em- tations is hereby amended by the addi- ployee" may subscribe Hon of the following: to such benefits and such benefits are made Based on our dependence upon your representations as to existing hazards, If generally available to "employees" unintentionally you should fail to disclose all who all such hazards at the inception date of are eligible under the your policy, we will not reject coverage plan for such benefits; under this Coverage Part based solely on c. Unemployment insur- such failure, ance, social security Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 7 of 15 3. Damage to Premises Rented to You e) Settling, cracking, shrinking or ex - a. The last Subparagraph of Paragraph pansion; or 2. SECTION I - COVERAGEES, COVERAGE A. - BODILY INJURY Nesting or infesta- lion, or discharge AND PROPERTY DAMAGE, 2. LI- or release of ABILITY Exclusions is hereby do- waste products or leted and replaced by the following: secretions, by in - Exclusions c. through q. do not apply sects, birds, ro- to damage by fire, explosion, light- dents or other ning, smoke or soot to premises animals. while rented to you or temporarily occupied by you with permission of (b) Loss caused indi- directlyo Loss auby owner. yormlithe roctlyfollow- any ing: b. The Insurance provided under SEC - TION I - COVERAGES, COVERAGE 1) Earthquake, volcanic A. BODILY INJURY AND PROP- eruption, landslide or any other earth move - ERTY DAMAGE LIABILITY applies ment; to "property damage" arising out of water damage to premises that are 2) Water that backs up or both rented to and occupied by you. overflows from a (1) As respects Water Damage La- sewer, drain or sump; al Liability, as provided In 3.b. 3) water under the aragraph above: round surface press - The exclusions under SECTION ing on, or flowing or seeping through: I - COVERAGES, COVERAGE A. BODILY INJURY AND a) Foundations, PROPERTY DAMAGE LIABIL- walls, floors or ITY, 2. Exclusions, other than 1. paved surfaces; War and the Nuclear Energy Liability Exclusion, are deleted b) Basements, and the following are added: whether paved or This Insurance does not apply not; or to: a) Doors, windows or other openings. (a) "Property damage": (a) Loss caused by or resulting 1) Assumed In any con- from water that leaks or tract; or flows from plumbing, heat - 2) Loss caused by or re- suiting from any of the Ing, air conditioning, or fire protection systems caused follow y or resulting from freez- ing, unless: a) Wear and tear; 1) You did your beat to b) Rust, corrosion, maintain heat In the fungus, decay, building or structure; or deterioration, hid• den or latent de- 2) You drained the fect or any quality equipment and shut off the water supply If the in property that causes it to dam- heat was not main - age or destroy it- tamed. self; (d) Loss to or damage to: c) Smog; 1) Plumbing. heating, air d) Mechanical conditioning, fire pro - breakdown in- tection systems, or cluding rupture or other equipment or ap- bursting caused pliances; or by centrifugal force; 2) The interior of any building or structure, or to personal property in the building or structure Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 8 of 15 ip caused by or resulting from rain, snow, S. Medical Payments ip sleet or Ice, whether driven The Medical Expense Limit of Any One by wind or not. Person as stated in the Declarations is c. Limit of Insurance amended to the limit shown in Section B. Limits of Insurance, 5. Medical Pay - The Damage to Premises Rented to You ments of this endorsement, Limit as shown in the Declara- lions is amended as follows: 6. Voluntary Property Damage and Care, Custody or Control Liability Coverage (2) Paragraph 6, of SECTION Ill - UMITS OF INSURANCE is a. Voluntary Property Damage Cov- hereby deleted and replaced by the following; erage "property We will pay for damage" to 6. Subject to 5. above, the Damage to Premises property of others arising out of cp- erations incidental to the Insured's Rented to You Limit is the business when; most we illpay der COVERAGE A. (1) Damage Is caused by the in. sured; or INJURY AND PROPERTY DAMAGE UABIUTY for (2) Damage occurs while In the In. damages because ' of "property sured's possession. damage" to premises while rented to With your consent, we will make these payments regardless of fault. you or temporarily occupied y you with permission of the b, Care, Custody or Control Liability owner, arising out of any 'occurrence" Coverage ® anh to which this insurance ap- SECTION I - COVERAGES. COV- plies, ERAGE A. BODILY INJURY AND (3) The amount we will pay is lim• ited as described In Section PROPERTY DAMAGE LIABILITY, 2. Exclusions, j, Damage to Property, ® B. Subparagraphs (3), 4) and (5) do Limits of Insurance, 3. Darn- ago to Premises Rented to not apply to 'property damage" to the property of others described You of this endorsement, there n. 4. Supplementary Payments With respect to the insurance provided by Under SECTION I - COVERAGE, SUP. PLEMENTARY PAYMENTS section of the endorsement, the for- lowing lowing additional provisions apply: • COVER. AGES A AND B: a, The Limits of Insurance shown In the a. Paragraph 2. Is replaced by the fol- Declarations are replaced by the lim- Its designated In Section lowin g: B. Limits of to Insurance, 6. Voluntary Property Damage Up the limit shown in Section B. and Care, Custody or colts of Insurance, 4.a. Ball Bonds this Control Liability Coverage of this of endorsement for cost of ball endorsement with respect to cover- bonds required because of accidents agge provided by this endorsement. or traffic law violations arising out of the These limits are inclusive of and not in use of any vehicle to which the Bodily Injury Liability Coverage addition to the limits being re - placed. The Limits of Insurance ap- plies. We do not have to furnish shown in Section B. Limits of insur- these bonds, ance, 6. Voluntary Property Dam - b. Paragraph 4. is replaced by the fol. ape and Care, Custody or Control Liability Coverage of this endorse - lowing: ment fix the most we will pay in any "occurrence" All reasonable expenses incurred b ythe one regardless of the number of: : insured at our request to assist us in the investigation or defense of "suit", (1) Insureds; the claim or including. actual loss of earnings up to the limit shown (2) Claims made or "suits" brought; in Section B. Limits of Insurance, or 4.b. Loss of Earnings of this en- dorsement per day because of time (3) Persons or or anizations mak- off from work. Ing claims or bringing "suits". Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 9 of 15 b. Deductible Clause (1) Our obligation to pay damages on your behalf applies only to the amount of damages for each "occurrence" which are in ex- cess of the deductible amount stated in Section B. Umits of Insurance, 6. Voluntary Prop- erty Damage and Care, Cus- • tody or Control Liability Cov- erage of this endorsement. The limits of Insurance will not be re- duced by the application of such deductible amount. Ii (2) Condition 2. Duties in the Event of Occurrence, Offense, Claim or Suit, applies to each claim or "suit"-irryespeyyctive of the amount. (3) the deductibleaamount to r effect settlement of any claim or "suit" and, upon notification of the ac- tion taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 7. 180 Day Coverage for Newly Formed or Acquired Organizations SECTION II - WHO IS AN INSURED is amended as follows: Subparagraph a. of Paragraph 4. is hereby deleted and replaced by the fol- lowing: a. Insurance under this provision Is af- forded only until the 18oth day after you acquire or form the organization or the end of the policy period, whichever Is earlier; S. Waiver of Subrogation SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 9. Transfer of Rights of Recovery Against Others to Us Is hereby amended by the addition of the following: We waive any right of recovery we may have because of payments we make for injury or damage arising out of your on- going operations or "your work" done un- der a written contract requiring such waiver with that person or organization and included in the "products -completed operations hazard". However, our rights may only be waived prior to the "occur- rence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request. the insured will bring suit" or transfer those rights to us and help us enforce those rights. 9. Automatic Additional insured - Speci- fied Relationships a. The following WHO IS AN added to INSURED: (1) Any person or organization de- scnbed In Paragraph' 9.a.(2) below (hereinafter referred to as additional insured) whom you are required to add as an addi- tional insured under this Cover- age Part by reason of: (a) A written contract or agreement; or (b) An oral agreement or con- tract where a certificate of insurance showing that per- son or or9an1zat1on as an additional insured has been issued, is an insured, provided: (a) The ewritten or agreement is: contract o 1) Currently In effect or becomes effective during the policy pe- riod; and 2) Executed prior to an "occurrence" or offense to which this insurance would apply; and (b) They are not specifically named as an additional In- sured under any other pro- vision of, or endorsement added to, this Coverage Part. pp (2) Only 9additional In- sureds under this endorsement, and Insurance coverage pro- vided to such additional in- sureds Is limited as provided herein: (a) The manager or lessor of a premises leased to you with whom you have agreed per Paragraph 9.a.(1) above to provide insurance, but only with respect to liability aris- ing out of the ownership, maintenance or use of that part of a premises leased to you, subject to the following additional exclusions: This Insurance does not apply to: 1) Any "occurrence" which takes place after Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 10 of 15 you cease to be a ten- c) Any physical or ant in that premises, chemical- change 2) Structural alterations, In the product made intentionally new construction or demolition operations by the vendor; performed by or on be- d) Repackaging, un- half of such additional less unpacked insured, solely for the pur- (b) Any person or organization pose of inspection, demonstration, from which you lease equipment with whom you testing, or the have agreed per Paragraph 9.a.(1) above to provide In- substitution of parts under he surance. Such person(s) or stnicflons e ct from th manufacturer, and organization(s) are insureds solel with respect to their y then repackaged liability arising out of the in the original container; maintenance, operation or use by you of equipment e) Any failure to leased to you by such per- son(s) or organizations(s). make such In- spections, adjust. However, this Insurance menu, tests or does not applyy to any "oc- - servicing as the currence" which takes after the equipment ieaso olace vendor has agreed to make or expires. normally under - (c) Any person or organization (referred to below as von- takes to make In the usual course dor) with whomyou have of business, In connection with agreed per aragraphthe 9a,(1) above to ro ide in- distribution or surance, but only withre- sale of the prod. ups; spect to bodily Injury" or "property damage" ansln I) Demonstration, In - out of "your products" which staliation, servlc- are distributed or sold in the Ing or repair op - regular course of the von- orations, except dor's business, subject to such o erations the following additional ex- performed at the clusions: vendor's premises 1) The Insurance afforded In connection with the sale of the the vendor does not apply to: product; s) "prodplleyr�ylnjumage, g) Products which, after distribution or h da. for whicthe ven sale by you, have dor Is obligated to been labeled or relabeled or used pay damages by reason of the as- as a container, sumption of liabil- part or ingredient of any other thing ity In a contract or agreement. This or substance by or exclusion does not for the vendor. apply to liability for 2) This Insurance does damages that the not apply to any In - vendor would have In the ab- sured person or or - ganization: sence of the con- tract or agree- a) From whom you ment; have acquired b) Any express war- such products, or any ingredient, ranty unauthorized part or container, by you; entering into, ac - includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., With its Permission. Page 11 of 15 companying or containing such 2) This insurance does not apply to bodily in - "property products; or jury. dam- age or personal and b) When liability in- advertising injury" ads- cluded within the Ing out of operations "products- performed for the state completed opera- or politicalsubdivision. lions hazard has been excluded (t) Any person or organization under this Cover- with which you have agreed per Paragraph 9.a.(1) , age Part with re- spect to such above to provide insurance. products. but only with respect to li- ability arising out of 'your (d) Any state or political subdi- which have work performed for that additional Insured by you or vision with _you agreed per Paragraph on your behalf. A person or 9.a.(1) above to provide in- organization's status as an surance, subject to the fol- insured under this provision lowing additional provision: of this endorsement contin- ues for only the period of ThEs Insurance applies on1 time required by the written with respect to the followiny g contract or agreement, but hazards for which the state In no event beyond the ex• or political subdivision has piration date of this Cover. Issued a permit in onnec• age Part. If there is no lion with premises ou own, Y written contract or agree - or control and to which mont, or If no period of time this insurance applies: this is required by the written 1) The existence mainte• repair, can. contract or agreement, a person or organization's Hance, struceon, erection or status as an insured under this endorsement ends removal of advertising signs, awnings, vane" when your operations for that Insured are completed. pies, collar entrances, coal holes, driveways, (3) Any. Insurance provided to an manholes, marquees, additional insured designated hoist away openings, under Paragraph 9.a.(2): sidewalk vaults, street banners, or decors- (a) Subparagraphs (e) and 1f) 'bad dons and similar expo- does no� apply to suros: or injury" or "property damage included within the prod- 2} The construction, erec- uots•completed operations tlan, or removal of ale- hazard"; valor;; or 3) The main- ownership, (b) Subpara raphs (a), (b), (d), to) and (9 does not apply to tenanoo, or use of any bodily Injury", 'property elevators covered by damage" or personal and this insurance. advertising injury" arising (e) Any state or political subdi• out of the sale negligence or willful misconduct of the vision with which you have agreed per Paragraph additional insured or their "employees" 9.a.(1) above to provide in- agents, or any of the surance, subject to the fol- other representative additional insured: or lowing provisions: 1) This insurance applies (c) Subparagraph ( does not to bodily injury", only with respect to op- orations performed by apply "property damage" or "per - you or on your behalf sonal and advertising Injury" for which the state or arising out of: political subdivision has 1) Defects in design fur - issued a permit. nished by or on behalf includes copyrighted material of Insurance pa • 12 of 15 r,.e 9a'% A9 07 Services Office. Inc.. with its permission. 9 of the additional in- spects any other insurance sured; or policy issued to the addi- The rendering of, or tional Insured, and such tional other insurance policy shall failure to render, any be excess and / or noncon- professional architec- bibuting, whichever applies, tural, engineering or with this insurance. surveying services, in- cluding: (b) Any insurance provided by this endorsement shall be a) The preparing. primary to other insurance approving or fail- available to the additional ing to prepare or Insured except: approve maps, shop drawings, 1) As otherwise provided opinions, reports, In SECTION IV - surveys, field or- COMMERCIAL GEN- ders, change or- ERAL LIABILITY ders or drawings CONDITIONS, 5. Other and specifications; Insurance, b. Excise and Insurance; or b) Supervisory, In- 2) For any other valid and speotlon, archi- collectible insurance textural or engl- available to the addi- neering activities. Bons! Insured as an 3) "Your work" for which a additional insured by attachment of an un- consolidated (wrap-up) dorsement to another insurance program has Insurance policy that Is been provided by the primecontractor-project written on an excess basis. In such case manager or owner of the construction project the coverage provldeci under this endorse - In which you are In. volved. mint shall also be ex- toss. b. Only with regard to insurance pro- (2) Condition 11. Conformance to vided to an additional insured desi - Specific Written Contract or nated under Paragraph 8.a.(2) Sub- Agreement Is hereby added: paragraph above SECTION III - f) LIMITS OF INSURAfICE Is amended 11. Conformance to Specific to Include: Written Contrast or The limits applicable to the additional Agreement Insured are those specified in the With respect to additional written contract or agreement or in Insureds described In Pare - the Declarations of this Coverage graph 11.e.(2)(f) above only: Part, whichever are less. It no limits are specified In the written contract if a written contract or or agreement, or If there is no written agreement between you contract or agreement, the limits ap- and the additional insured plicable to the additional insured are specifies that coverage for those specified in the Declarations of the additional insured: this Coverage Part. The limits of in- a. Be provided by the In- surance are Inclusive of and not in addition to the limits of Insurance suranoe Services Of - shown In the Declarations, fice additional Insured form number CO 20 10 c. SECTION IV - COMMERCIAL GEN- or CG 20 37 (where ERAL UABIUTY CONDITIONS is edition specified); or hereby amended as follows: b. Include coverage for (1) Condition 5. Other Insurance is completed operations; amended to include: or t (a) Where required by a written c. Include coverage for contract or agreement, this your work"; insurance is primary and / and where the limits or cov- or noncontributory as re- I erage provided to the addi- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 13 of 15 tional insured is more re- 11. of this endorsement fix the "oc- strictive than was specifi- cally required in that written most we will pay in any one currence" regardless of the contract or agreement, the number of: terms of Paragraphs 9.a.(3)(a), 9.a.(3)(b) or 9.b. (a) Insureds; above, or any combination (b) Claims made or "suits" thereof, shall be interpreted brought; or as providing the limits or coverage required by the (c) Persons or organizations terms of the written contract making claims or bring or agreement, but only to "suits". the extent that such limits or coverage is included within (2 ) Deductible Clause the terms of the Coverage (a) Our obligation to pay dam - Part to which this endorse- ages on your behalf applies ment is attached. If, how- only to the amount of dam - ever, the written contract or agreement specifies the In- ages (or each -occurrence- are in excess of the surance Services Office which Deductible amount stated In additional insured form Section B. Limits of Insur- number CO 20 10 but does ante, 11. of this endorse - not specify which edition, or ment. The limits of insur- specifies an edition that ance will not be reduced by does not exist, Paragraphs the application of such De- 8.a.(3)(a) and 9.a.(3)(b) of ductible amount. this endorsement shall not apply and Paragraph 9.b. of (b) Condition 2. Duties In the this endorsement shall ap- Event of Occurrence, Of - ply. fens*, Claim or Suit, ap- piles to each claim or suit' 10, Broadened Contractual Liability - Work irrespective of the amount. Within 50' of Railroad Property It is hereby agreed that Paragraph t.(1)of "Insured all (o) ofWteat'y pay any part or to dsettlebment le amount Definition 12. contract" (SEC• effect any TION V - DEFINITIONS) Is deleted, claim or "suit" and, upon 11, Property Damage to Borrowed Equip- notification of the action taken, you shall promptly ment reimburse us for such part a. The following Is hereby added to Ex- of the deductible amount as cluslon j Damage to Property of has been paid by us. Paragraph 2.,. Exclusions of SEC- TION I - COVERAGES, COVERAGE 12. Employees ae Insureds - Specified A. BODILY INJURY AND PROP- Health Care Services ERTY DAMAGE LIABILITY: It is hereby agreed that Paragraph Paragraphs (3) and (4) of this exclu- sion do not apply to tools or equip- 2.a.(1(d) of SECTION II - WHO is AN INS E , does not applyy to your "em- ment loaned to you, provided they ployees" who provide processional health are not being used to perform opera- tions at the time of loss. care services on your behalf as duly il- censed; b. With respect to the insurance pro- a. Nurses; vided by this section of the en - b. Emergency Medical Technicians; or dorsement, the following additional provisions apply: c. Paramedics, (1) The Limits of insurance shown in the jurisdiction where an "occurrence" in the Declarations are replaced or offense to which this insurance applies by the limits designated In Sec- takes place. bon B. Limits of Insurance, 11. of this endorsement with respect 13. Broadened Notice of Occurrence to coverage provided by this endorsement. These limits are Paragraph a. of Condition 2. Duties in the Event of Occurrence, Offense, inclusive of and not in addition to Claim or Suit (SECTION IV - COMMER- the limits being replaced. The CIAL GENERAL UABIUTY CONDI. Limits of Insurance shown in Section B. Limits of Insurance; GA 233 02 07 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 14 of 15 k DONS) is hereby deleted and replaced by the following: Q. You must see to It that we are noti- fied as soon as practicable of an 'occurrence" or an offense which may result in a claim. To the extent possible, notice should Include: (1) How, when and where the "oc- currence" or offense took place; GA 233 02 07 (2) The names and addresses of any injured persons and wit- nesses; and (3) The nature and location of any injury or damage arising out of the occurrence or offense. This requirement applies only when the "occurrence'or offense is known to an "authorized representative". Includes copyrighted material of insurance Services Office, Inc., with its permission. Page 15 of 15 THIS ENDORSEMENT CHANGES THE POLICY" PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the Inception date of the policy unless another date is Indi- cated below. Endorsement Effective: Policy Number: 08-06-2014 CPA 087 4683 Named Insured: Countersigned by: With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II- LIABILITY COVERAGE, A. Cover- age, I. Who is an Insured Is amended to include as an insured any person or organization with which you have agreed in a valid written contract to provide Insurance as is afforded by this policy. This provision Is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury" or "property damage". AA 4131 11 05 City of Fayetteville Staff Review Form 2015-0483 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander Submitted By 10/15/2015 Utilities Director! _ Utilities Department Submitted Date Division / Department Action Recommendation: Mayor's approval and signature for the proposed Change Order 1 with Goodwin & Goodwin Inc. as recommended by Garver Engineers for a contract reduction in the amount of $17,167.55. Budget Impact: 5400.5600.5808.00 Water/Sewer Account Number 14015-2000 Project Number Fund Regional Park Waterlines Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Previous Ordinance or Resolution # Original Contract Number: Comments: 57-15 2360 Remaining Budget Project Title $ 1,378,349.00 $ 858,867.30 $ 519,481.70 $ (17,167.55) I $ 536,649.25 Approval Date: IUD'c ( tS V20140710 CITY OF a e'ttVt1e ARKANSAS TO: Mayor Jordan THRU: Tim Nyander, Utilities Director Legistar Review FROM: Jim Beavers, Utilities Engineer DATE: October 14, 2015 SUBJECT: Project 14015 - 2000, Contract 2360, PO 15-0000171 Kessler Mountain Water Line, Bid 15-15 construction Goodwin & Goodwin Inc. Contractors Change Order 1 (reconcile and deductive) RECOMMENDATION: STAFF MEMO Mayor's approval and signature for the proposed Change Order 1 with Goodwin & Goodwin Inc. as recommended by Garver Engineers for a contract reduction in the amount of $17,167.55. BACKGROUND: The construction project provided the installation of approximately 2,400 feet of new 18 inch water line connecting the Regional Park to the Kessler water Tanks. The construction is complete and the final reconciliatory change order is requested. DISCUSSION: The final construction contract cost will be $689,839.95. The approved bid was $707,007.50. BUDGET/STAFF IMPACT: Contract reduction $17,167.55. Attachments: 1. Staff Review Form 2. Change Order 1 signed by Garver Engineers and Goodwin & Goodwin Inc. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Construction Contract Change Order Project: Change Order No. 1 Water Main Improvements Kessler Mountain to Cato Springs Road - Bid 15.15 Date Prepared: 9!2212015 Fayetteville, Arkansas Garver Job No. 14048020 Prepared by: Chris Buntin Owner: Contractor: City of Fayetteville Goodwin & Goodwin. Inc. 113W Mountain Street 3505 Free Ferry Road Fayetteville, AR 72701 Fort Smith. AR 72903 Description Of Work Included In Contract Installation of approximately 2,400 linear feel of 18ductile iron (class 350) water main and related water main facilities from the Kessler Mountain water storage tanks to the Fayetteville Regional Park. Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A Reconcile quantities based upon what was actually installed in the field. An additional 56 days was requested by the Contractor on September 4, 2015. The request included eleven (11) Saturdays and Sundays that are not permitted as B. working days. The contract lime included 46 weather days (March to August). However, excessive precipitation amounts occurred, and an additional 45 days will be added to the contract time. The Owner will not assess liquidated damages totaling 538,000 (51,000 per calendar day beyond completion). The Owner will assess excess cost incurred, estimated C' at $25,000 as a deduct from the contract price. Attachments: Bid Bid Unit Original Contract Revised Revised Original Revised Contract Item Item of Contract Unit Estimatet Unit Estimated Estimated Changes No. Description Measure Quanti Price Ouantity Price Cost Cost A, 8 4' Topsoil SY 4500 55.00 6.172 $5.00 $22.500.00 $30.860.00 A. 9 Erosion Control Mailing SY 4500 $5,00 6.172 $5.00 $22500.00 $30,860.00 A. 10 Water (Dust Control and Seeding) MGAL 0.5 $2,000.00 0 $2,000.00 $1,000.00 $0.00 A. 12 Limestone Rip -Rap Bank Stabilization SY 70 $100.00 64 $100.00 $7,000 00 $6,400.00 A. 13 Grouted Limestone Rip -Rap Bank SY 160 $125.00 289 $125.00 $20,000,00 $36,125.00 Stabilization A. 14 18' DI Water Line (Class 350) LF 2400 $98.00 2,393 $98.00 $235,200.00 $234,514.00 A. 15 36" Steel Encasement (0 50" LF 80 $485.00 64 $485.00 $38,800.00 $31.040.00 A. 16 Ductile Iron Fittings (C153) LBS 5000 $9.00 4.285 $9.00 $45,000.00 $38.565.00 A. 19 Concrete Ke Anchor EA 15 $1.500.00 14 $1,500.00 $22,500.00 $21,000.00 A 20 Water Mitigation Dam EA 5 $400.00 0 $400.00 $2,000.00 $0.00 A. 21 200 PSI Flowable Fill LF 1000 $75.00 1003 575.00 $75,000.00 $75,225.00 A 22 Undercut and Granular Backfill CY 500 $10,00 0 $10.00 $5.000.00 $0.00 A 23 Rock Excavation CY 750 $0.01 95 $001 $7.50 $0.95 A. 25 Backfil Density Test EA 5 $250.00 4 $250.00 $1,250.00 $1,000.00 C 26 Excess Cost LS 0 $0,00 1 325.000.00 $0.00($25,000.00) Summation of Coat $497.767.50 $480,589.95 Net Cost for this Change Order (317.167.55) Estimated Project Cost Time Change Estimated Project Cost Original Contract Start Date Original Contract Time (calendar days) March 23, 2015 75 Original Contract Amount $707,007.50 This Change Order ($17,167.55) Additional Calendar Days granted by this Change Order 45 New Contract Amount $689,839.96 New Contract Time (calendar days) 120 New Construction Completion Date July 20, 2015 Actual Construction Completion Date August 27, 2015 TH REEM SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE c%113115 Engineer. Garver n Engineers Signature Title Date ACCEPTED BY CONTRACTOR ) 7 2 1S V O� Contra rs Si n�tur Title Date APPROVED BY OWNER + Owners SI 1116 at