Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout33-88 RESOLUTION •
RESOLUTION NO. 33-88 O LI i 1 tl 6N E.
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AN ENGINEERING CONTRACT WITH
MILHOLLAND COMPANY FOR CONSTRUCTION OF
IMPROVEMENTS TO APPLEBY ROAD.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute an engineering contract with
Milholland Company for construction of improvements to Appleby
Road. A copy of the contract authorized for execution hereby is
attached nereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED 29th day of April , 1988 .
APPROVED
By: (/ Mayor'A -1-i& 941144(4146
c c.YE r/
O, ._�` t.
P,TTEST i` ' . '. `(�
[ IR .,, 0a te ` % C /,
AGREEMENT FOR ENGINEERING SERVICES 1V'AICROFWLMED
FOR
APPLEBY ROAD IMPROVEMENTS
THIS AGREEMENT, made and entered into this day of 1988,
by and between the City of Fayetteville, Arkansas, hereina er referred to as
the "Owner", and Milholland Company, Engineering and Surveying, Consulting
Engineers of Fayetteville, Arkansas, hereinafter referred to as the "Engineer",
WITNESSETH THAT:
WHEREAS, the Owner desires to Construct Appleby Road from East Boundary of
Quail Creek Addition East and South to Bishop Drive, within the City of
Fayetteville; and
WHEREAS, the Engineer has sufficient experienced personnel and equipment to
perform the work described in this Agreement,
NOW THEREFORE, in consideration of the mutual covenants and agreements herein
contained, the Owner and the Engineer, the parties hereto, stipulate and agree
that the Owner does hereby employ the Engineer to perform the required
engineering services as hereinafter set out; and the Engineer agrees to provide
said services.
SECTION 1 DESCRIPTION OF PROJECT
The Project for which engineering services are to be provided is generally
described as follows:
Appleby Road: Design, Acquistion, Bids and Construction Management
of a 31 foot Back:-t'_-Back: street in a SO foot roadway, grading, base
and hard surface pavement per City of Fayetteville, street
specifications; provide City Street Department with Right-of-Way maps
and necessary Right-of-Way Descriptions to acquire a 50 foot street
easement from the East Boundary of Quail Creek Addition, East and
South to Bishop Drive.
Engineering Services for said project shall be separated into three
(3) parts as follows:
PART I: "Engineering Design and Acquistion"
PART II: "Taking Bids through Award of Contract"
PART III: "Construction Management"
SECTION 2 SCOPE OF ENGINEERING SERVICES
The Engineer shall provide a suitable staff to perform Basic Engineering
Services, Bid Documentation and Construction Management, including necessary
resident inspection, and as an extra item, Right-of-Way Plats and Descriptions.
These various types of work are more specifically defined as follows:
PART I: A. BASIC ENGINEERING SERVICES:
Work to be done under this item shall consist of the following:
C1] Make field engineering surveys of the various sites to
establish the data necessary for the preparation of plans
and specifications in order to build the contemplated
improvements. The field engineering surveys shall include
the location of all existing utilities within street
right-of-ways as best can be located without excavation.
[2] Prepare a preliminary overall design and cost estimate
and review same with the Owner prior to final design.
EXHIBIT A
[3] Prepare plans and specifications for the proposed
improvements. The plans shall show the location of the
street centerlines. Engineer shall provide Owner with two
(2) complete sets of the plans and specifications.
[4] Meet with representatives of all involved utility
companies and governmental agencies to coordinate the
overall project.
[5] Advise the Owner as to soils investigations that might
be required and assist in the coordinating of the same.
The cost of the soils investigations shall be borne by the
Owner.
[6] Prepare construction cost estimates.
PART I-A: RIGHT-OF-WAY ACQUISTION:
Only work as directed by the Owner shall be done under this section
of the contract. The total fee shall not exceed $200.00 per
Right-of-Way Plat and Description.
All of the above described work shall be completed in such time that
the Owner may receive construction bids within 60 days after the
Engineer receives a Notice-to-Proceed on the project. Time is
expressly made of the essence of this Agreement.
FART II: Work to be performed under this item shall consist of
the following.
[1 ] Assist the Owner in the advertising for and receiving
of construction bids, including recommendation of
construction n contract award.
PART III: i=:ONSTRUCTION MANAGEMENT:
Under this Phase the Engineer will perform the following items of
work:
[1] Prcsvide for periodic visits to the job sites by a
professional engineer to observe the overall progress and
quality of executed work.
[2] Provide for necessary resident inspection of the
project construction.
[3] Provide a survey crew to lay out the project for
construction, excluding any necessary land and right-of-way
surveys.
[4] Provide a project engineer to manage and coordinate
the construction activities.
[5] Provide other personnel such as secretaries,
draftsmen, engineering technicians, etc. , as may be needed
to assist the project engineer in the various activities
that may be required.
[6] Prepare monthly partial payment estimates and a final
payment estimate to the contractor, including the assembly
of written guarantees which are required by the contract
documents.
[7] Provide for final inspection of the project in the
company of representatives cif the Owner, the project
engineer, a representative of the contractor and any other
party designated by the Owner.
Payment for the above described work shall be made on an hourly basis as
further defined in Section 3 of this contract.
SECTION 3. COMPENSATION:
Compensation for the various type of services to be provided under this
contract shall be made as follows:
A. PART I: BASIC ENGINEERING SERVICES:
Compensation for basic engineering services shall be a lump sum fee
amount of $8,400.00. This fee includes full compensation for every
item of work as described in SECTION 2-PART I. The fee is based on
an estimate of the various classifications of work at an hourly rate.
The hourly rates include direct labor costs plus allowances for
indirect labor costs, overhead and profit.
B. PART I-A: RIGHT-OF-WAY ACOUISTION:
Compensation for PLATS AND DESCRIPTIONS for Additional street
Right-of-Ways shall be based on the hours of work actually required.
The rates to be based charged for the various classifications of
personnel shall be identical to those set out under Section -D below
with a MAXIMUM-NOT-TO-EXCEED $1,000.00 for an estimated five (5)
Ownerships.
Only work as directed by the Owner shall be done under this section
of the contract. The total fee shall not exceed $200.00 per each
Right-of-Way Plat and Description.
C. PART II: BIDS THROUGH AWARD OF CONTRACT:
Compensation for "Advertisement for Bids" through "Award of Contract"
shall b be a Fixed Fee of $1,000.00.
D. PART III: CONSTRUCTION MANAGEMENT:
Compensation for Construction Management Services described in
SECTION 2-PART III, shall be based on the actual hours of the various
classifications of employees that may be necessary to perform the
work. The total fee shall not exceed $10,500.00 so long as the total
construction time is 90 calendar days or less from the date of the
Notice-to-Proceed to the construction contractor. If the total
construction time exceeds 90 calendar days, then the Engineer shall
be compensated for the additional time the various classifications of
employees are required to work on the project or the Owner may
terminate this agreement by giving the Engineer written Notice of
Termination.
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER C:LASSIFICATION:
Professional Engineer $49.00 per hour
Registered Land Surveyor $35.00 per hour
Engineering Aide $2.=.00 per hour
Secretary $11.40 per hour
Survey Crew $46.65 per hour
Resident Inspector $20.00 per hour
Draftsmen $15.00 per hour
Travel $00.25 per mile
The hourly rates shown above include total compensation to the
Engineer for all expenses for said services described in SECTION
2-PART III above.
' ',,""i,".".
SECTION 3: COMPENSATION:
D. PART III - CONSTRUCTION MANAGEMENT (Continued)
The Level-of-Effort for the Construction Management Services shall be
based on the hours of the various classifications of the employees
necessary to perform the work.
The estimated Level-of-Effort for the various classifications of
personnel are set out below:
LEVEL OF EFFORT PER CLASSIFICATION:
Professional Engineer 30 hours
Registered Land Surveyor 15 hours
Engineering Aide 45 hours
Secretary 30 hours
Survey Crew 60 hours
Resident Inspector 200 hours
Draftsmen 18 hours
E. METHOD OF PAYMENT:
Partial payments to the Engineer shall be made monthly as long as the
accumulative of payments do not exceed the following:
[1] PART I: Basic Engineering Services:
Sixty five percent (65%) upon completion of field
engineering surveys and preliminary design.
Thirty five percent (35%) upon completion of final plans
and specifications and submittal to the Owner.
[2] PART I-A: RIGHT-OF-WAY PLATS AND DESCRIPTIONS:
Payment to be made upon completion of the various items of
work as directed by the Owner.
[3] PART II: BIDS THROUGH AWARD OF CONTRACT:
90% after opening BIDS, and
107.. after Award of Construction Contract.
[4] PART III: CONSTRUCTION MANAGEMENT:
Payment to be made on a monthly basis during the
construction phase.
SECTION 4. GENERAL CONSIDERATIONS
A. Termination of Contract for Cause
If, through any cause, the Engineer shall fail to fulfill in timely
and proper manner his obligations under this contract, or if the
Engineer shall violate any of the covenants, agreements, or
stipulations of the contract, the Owner shall thereupon have the
right to terminate this contract by giving written notice to the
Engineer of such termination and specifying the effective date
thereof, at least five (5) days before the effective date of such
termination. In such event, all finished or unfinished documents,
data, studies, and reports prepared by the Engineer under this
contract shall , at the option of the Owner, become its property, and
the Engineer shall be entitled to receive just and equitable
compensation under this contract for any satisfactory work completed
on such documents.
Notwithstanding the above. the Engineer shall not be relieved of
liability to the Owner for damages sustained by the Owner by virtue
cif any breach of the contract by the Engineer, and the Owner may
withheld any payments to the Engineer for the purpose of setoff until
such time as the exact amount of damages due the Owner from the
Engineer is determined.
Fi. Termination for i_onvenience of Owner
The Owner may terminate this contract any time by a notice in writing
from the Owner to the Engineer. If the contract is terminated by the
Owner as provided herein, the Engineer will receive just and
equitable compensation under this contract.
C. Changes
The Owner, may from time to time, request changes in the scope of the
services of the Engineer to be performed hereunder. Such changes,
including any increase or decrease in the amount of the Engineer's
compensation, which are mutually agreed upon by and between the Owner
and the Engineer, shall be incorporated in further written amendments
to this contract.
D. Personnel
El ] The Engineer represents that he has, or will secure at
his own expense, all personnel required in performing the
services under this contract. Such personnel shall not be
employees of or have any contractual relationship with the
Owner.
[27 All the services required hereunder will be performed
by the Engineer or under his supervision and all personnel
engaged in the work shall be fully qualified and shall be
authorized or permitted under state and local law to
perform such services.
[3] No person who is serving sentence in a penal or
correctional institution shall be employed on work under
this contract.
E. Compliance with Local Laws
The Engineer shall comply with all applicable laws, ordinances, and
cedes of the state and local governments and shall commit no trespass
on any public or private property in performing any of the work
embraced by this contract.
F. Assignability
The Engineer shall not assign any interest in this contract and shall
not transfer any interest in the same (whether by assignment or
noviation) without the prior written approval of the Owner; provided,
however, that claims for money due or to become due the Engineer from
the Owner under this contract may be assigned to a bank, trust
company, or other financial institution, or to a trustee in
bankruptcy, without such approval . Notice cif any such assignment or
transfer shall be furnished promptly to the Owner.
G. Access to Records
The Owner, the U. S. Department of Housing and Urban Development, the
Comptroller General of the United States, or any of their duly
authorized representatives, shall have access to any books,
documents, papers, and records of the Engineer doing work under this
contract which are directly pertinent to a specific grant program for
the purpose of making audits, examinations, excerpts, and
transcriptions.
H. Estimates
Since the Engineer has no control over the cost of labor, materials
or equipment, car over the methods of determining prices, or over
competitive bidding or market conditions, the estimates of costs
provided are to be made on the basis of the Engineer's experience and
qualifications and represent his best .judgement, being familiar with
the industry, but the Engineer cannot and does not guarantee that
established costs will not vary from estimates prepared.
I. Insurance
The Engineer shall secure and maintain such insurance as will protect
him from claims under the Workmen's Compensation acts and from claims
for bodily injury, death or property damage which may arise from the
performance of his services under this contract.
J. Successors and Assigns
Each party of this contract binds himself and his partners,
'=uccessors, executors, administrators and assigns to the other party
of this contract in respect to all covenants of this contract.
Neither party shall assign, sublet or transfer his interest in this
contract without the written consent of the other.
SECTION 5. EQUAL OPPORTUNITY PROVISIONS
During the performance of this contract, the Engineer agrees as
follows:
CA] The Engineer will not discriminate against any
employee or applicant for employment because of race,
color, religion, sex, or national origin. The Engineer
will take affirmative action to ensure that applicants are
employed, and that the employees are treated during
employment, without regard to their race, color, religion,
sex, or national origin. Such action shall include, but not
be limited to, the following: employment upgrading,
demotion, or transfer, recruitment or recruitment
advertising; layoff or training, including apprenticeship.
The Engineer agrees to post in conspicuous place, available
to employees and applicants for employment, notices to be
provided by the Contracting Officer setting forth the
previsions of this non-discrimination clause.
CB] The Engineer will , in all solicitations or
advertisements for employees placed by or on behalf of the
Engineer, state that all qualified applicants will receive
consideration for employment without regard to race, color,
religion, sex, or national origin.
SECTION E. CONFLICT OF INTEREST
CA] Interest of Owner
No officer, employee, or agent of the Owner who exercises
any functions or responsibilities in the review or approval
or in connection with the carrying out of the project to
which this contract pertains shall have any personal
interest, direct or indirect, in this contract.
CB] Interest of Certain Federal Officials
No member of or delegate to the Congress of the United
States, and no Resident Commissioner, shall be admitted to
any share or part of this contract or to any benefit to
arise herefrom.
[C] Interest of Engineer
The Engineer covenants that he presently has no interest
and shall not acquire any interest, direct or indirect, in
the above described project area or any parcels therein or
any other interest which would conflict in any manner or
degree with the performance of his services hereunder. The
Engineer further covenants that in the performance of this
contract, no person having any such interest shall be
employed.
SECTION 7. OTHER PROVISIONS
In connection with the project, the Owner shall :
[A] Give through consideration to all documents presented
by the Engineer and inform the Engineer of all decisions
within a reasonable time so as not to delay the work of the
Engineer.
[B] Make provision for the employees of the Engineer to
enter public and private lands as required for the Engineer
to perform necessary preliminary surveys and
investigations.
[C] Obtain the necessary lands, easements and
rights-of-way for the construction of the work.
ED] Furnish the Engineer such plans and records of
construction and operation of existing facilities, or
copies cif same, bearing on the proposed used work as may be in
the possession of the Owner. Such documents or data will
be returned to the Owner upon completion of the work or
upon the request of the Owner.
[E] Pay the cost of making necessary soundings, borings,
analyses of materials and laboratory work performed by an
Independent Certified Materials Lab exclusive of the
Engineer's supervision thereof.
[F] Pay all plan review costs and all cost of advertising
in connection with the project.
Original documents, plans, design and survey notes represent the
product and training, experience, and professional skill , and
accordingly belong to and remain the property of, the Engineer who
produced them regardless of whether the instruments were copyrighted
or whether the project for which they were prepared is executed.
The Engineer shall furnish the Owner two copies of "as-built"
drawings of each phase of the project at his expense; and the Owner
may, at his expense, retain reproducible copies of drawings and
copies of ether documents.
This agreement shall be binding upon the parties hereto, their
partners, heirs, successors, administrators and assigns; and neither
party shall assign, sublet or transfer his interest in this agreement
without the prior written consent of the other party hereto.
IN WITNESS WHEREOF, the Owner has caused these presents to be
executed in its behalf by its duly authorized representatives, and
the said Engineer by its duly authorized representatives, and the
parties hereto have set their hands and seals on the date heretofore
set out.
CITY OF FAYETTEVILLE, ARKANSAS
Attest:
- —aril 1 Johr on, Mayor
City' Clerk ___.__—__
MILHOLLAND COMPANY
Attest: •
, 71,2 c.-,e2.72,///6 4_,..,/ -'
Melvin L. Milholland, Owner
il _ _____
Secretary
r ,
1151111. ' Pipeline Reconstruction
TEXARK, INC.
May 20, 1988
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
ATTN: James L. Pennington
City Manager
RE: City of Fayetteville
Sewerline TV Inspection
Bid No. 830
Dear Mr. Pennington:
Enclosed please find three signed copies of the Contract, Performance and
Payment Bonds and Certificates of Insurance for the above referenced work.
Thank you for awarding this contract to our company. We look forward to
the opportunity to work with you on this project.
Respectfully,
INSITUFORM TEXARK, INC.
MAY ROBERT W. AFFHOLDER
PRESIDENT
RWA/js
Enclosure Co
FEDERAL EXPRESS i5 ag4A.
18022 Edison Ave. • P. O. Box 1026 • Chesterfield, MO 63006-1026 (314) 532-6137
•
CONTRACTq,
Sfo �.
1. THIS CONTRACT executed this / day of , 19 g, by and
between The City of Fayetteville and Insituform xark, Inc.
the Contractor:
WITNESSETH:
For and in consideration of the payments to be made as hereinafter set
forth, the Contractor agrees to furnish all tools, labor, equipment,
materials, and supplies required to construct the improvements described as
SEWER PIPELINE TELEVISION INSPECTION
for the City of Fayetteville, Arkansas, in exact accordance with the City's
Plans and Specifications for said improvements and the Contractor's Proposal
on file at the Office of the City Engineer, which Documents are incorporated
by reference thereto, subject to the inspection of and to the complete
satisfaction of the City.
2. The City agrees to pay and the Contractor agrees to acx-ept as full
and final compensation for all work done under this agreement, the Unit
Prices and/or Lump Sum Price named in the Contractor's Proposal, such
payment to be made in lawful money of the United States, at the time and in
the manner set forth in the Specifications.
3. The Contractor agrees, for the consideration above expressed, to
begin and complete the work within the time specified in the Proposal. Time
is expressly made of the essence of this Contract. If the Contractor shall
fail to complete the work in the time specified he shall pay to the City, as
liquidated damages, ascertained and agreed, and not in the nature of a
penalty, the domAges specified in the Proposal for each day delayed, which
shall be deducted from the final amount to be paid under the Contract.
Extensions of time may be granted with waiver of liquidated damages as
provided for in the Specifications.
4. The Contractor agrees to furnish a Bond, with Surety approved by the
City and authorized to do business in the State of Arkansas, guaranteeing
the performance of this Contract,for not less than one hundred (100) percent
- of the amount of this Contract. Said Bond qhA11 be conditioned on full and
complete performance of this Contract and acceptance by the City of
Fayetteville for the payment of all labor and materials entering into or
incident to the proposed improvements and shall guarantee the work against
faulty workmanship or materials for a period of one (1) year after
completion.
•
5. The Contractor agrees also to carry Public Liability Insurance,
Property Damage Insurance, and Workman's Compensation Insurance in amounts
as required by these Specifications.
WITNESS OUR HANDS THIS DAY OF , 1987
•
CITY OF FAYEITEVILLE
FAYE I'EVILLE, ARKANSAS
•
Attest: City Clerk By a I Mayo
INSITU TEXARK, INC.
Cont for
By
Name Title
WI R bert W. Affhol,d , President
J ann Smith 1 988 Edison Ave. , hesterfield,MO 63017
ssistant Secretary Business Address
Corporate Seal (if any)
/ , /r ���,,!ctFAYETTEVILLE, ARKANSAS
Y� I'I�'/ P.O. DRAWER F 72701 (501(521-7700
'',,,,;'C7ON CV'-
M ^ ""4 CITY OF FAYETTEVILLE
PROPOSAL FORM FOR
SEWER PIPELINE TELEVISION INSPECTION
BID NO, 8:.0
MARCH 3, 1988
A. BIDDER 'S DECLARATION AND UNDERSTANDING
The undersigned , hereinafter called the Bidder , declares that the only
persons or parties interested in this Proposal are those named herein,
that this Proposal is, in all respects , fair and without fraud, that it
is made without collusion with any official pi the Owner , and that the
Proposal is made without any connection or collusion with any person
submitting another Proposal an this Contract.
The Bidder further declares that he has inspected the job site and has
carefully examined the Contract Documents as to the scope of work
involved and has satisfied himself as to the quantities involved ,
including materials and equipment , and conditions of work involved ,
including the fact that the description of the quantities of work and
materials included herein is brief and is intended only to indicate the
general nature of the work and to indentify the said quantities with
the detailed requirements of the Contract Documents.
The Bidder further declares that this proposal is made according to the
provisions listed herein, including those in "General Terms and
Conditions of Bidding — Bid No. 830, 3/3/88" and "Specifications for
Sewer Pipeline Television Inspection — 3/3/88" , which documents are
hereby made a part of this Proposal.
B. CONTRACT EXECUTION, INSURANCE, AND BONDS
The Bidder agrees that if this Proposal is accepted , he will , within 15
days, not including Sundays and legal holidays, after Notice of Award,
sign the Contract in the form annexed hereto, and will at that time,
deliver to the Owner the Bands and Insurance required herein, and will ,
to the extent of his Proposal , furnish all machinery, tools, apparatus,
and other means of construction and perform the work and furnish all
the materials necessary to complete all work as specified or indicated
in the Contract Documents.
C. START OF CONSTRUCTION AND CONTRACT COMPLETION TIME
The Bidder further agrees to begin work within 10 calendar days after
the time stated in Notice to Proceed issued by the Owner to the
Contractor and shall complete all work by July 15, 1988.
City of Fayetteville PROPOSAL FORM Paue 2
• March 3, 1988 BID NO. 830
D. BID COST INFORMATION
A completed copy of the Proposal Form must be returned with bidder ' s
proposal . Bidder is to provide the following cost information in his
proposal :
1 ) Sewer Pipeline Cleaning
a) Unit Prices:
1 ) 14" pipe (223 ft)* Unit Price $ t . Od /ft
2) 18" pipe (223 ft)* Unit Price $ ► . Z 5 /ft
3) 24" pipe (4596 ft)* Unit Price $ 1. 50 /ft
* - estimated quantities from drawings
2) Flow Control - Pumping and Bypassing:
1 ) Equipment Setup Unit Price $ 7 SO, 00 /occurrence
2) Estimated. No. of Setups Required
3) Operation Unit Price 5 25.0 0 /hour
3) Television Inspection
a) Unit Prices:
1 ) 14" pipe (223 ft) * Unit Price $ 5.50 /ft
2) 18" pipe (223 ft) * Unit Price $ 3. IS /ft
3) 24" pipe (4596 ft) * Unit Price $ 3. 00 /tt
4) Equipment Setup Unit Price $ 5 o.c /occurrence
5) Estimated. No. of Setups Required 6
6) Problem Area Photographs 3_ (•SO /each
7) Video Tape Recording Copies $ Z 5.c' /cassette
* - estimated quantities from drawings
4) Bonds and Insurance Lump Sum $ SSO. Oo
5) Assuming a notice of award is given
by May 6, 1988, indicate your best start
and completion dates for the work:
Start Date: M&-1 Ilo Iq$
Finish Date: .TUL9Isbteiga
NOTE: Prices quoted are to be valid ninety (90) days from bid due
date.
E. BID DUE DATE
Bids must be received prior to 10:00 A.M. on April 13, 1988. Bids are
to be sent to:
John Byrd, Purchasing Officer
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
Mark outside of envelope "Bid No. 830, 10:00 A. M. , April 13, 1987".
City of Fayetteville PROPOSAL FORM Page 3
March 3, 1988 BID NO. 830
F. SCHEDULE
Work is to start as soon as possible after notice of award. Bidder
agrees that all work is to be completed on or before July 13, 1988.
G. LIQUIDATED DAMAGES
The Bidder agrees that if he is awarded the Contract and shall fail to
complete the work by the date specified in Paragraph F, liquidated
damages shall be paid to the City at the rate of $100. 00 per calendar
day for each day past the specified completion date until the work is
satisfactorily completed as provided by the Contract Documents.
H. BID EVALUATION
Bids will be evaluated based on the following:
1. Lowest evaluated price.
2. Schedule.
I . SPECIFICATIONS
All work is to be completed in accordance with the attached
specifications entitled. "SPECIFICATIONS FOR SEWER PIPELINE TELEVISION
INSPECTION" dated March 3, 1988.
J. DRAWINGS
1 . #333 (682 feet of 24 inch) 3. #373 (2740 feet of 24 inch)
2. M372 (1174 feet of 24 inch) 4. #374 (223 feet of 14 & 18 inch)
•
• K. EASEMENTS
Portions of the work are located on public and private property, and
. easements and permits have been obtained by the Owner. Easements will
provide for the use of property for construction purposes only to the
extent indicated an the easements. -Copies of these easements and
permits are _available from the Owner.for inspection. _ It shall be the
- Contractor's responsibility to determine the adequacy of the easement
- . obtained in every case and abide by all requirements and provisions of
the easement --.The Contractor shall confine his construction operations
-• • to within the easement limits 'or _cake' "special arrangements with the
=- property 'owners or appropriate public agency for any additional area
-,-required. Any damage to property, -either inside or outside the limits
of the easements provided by the Owner, shall be the responsibility of
the Contractor.
• City of Fayetteville PROPOSAL FORM Page 4
March 3, 1988 BID NO. 830
•
L. LIABILITY INSURANCE
All bidders must meet the terms of City Ordinance 2461 which provides
for minimum liability insurance as follows:
a. $100,000 per person
b. $300,000 per occurrence
c. $3001000 property damage
M. CONTRACT
A draft copy of the proposed contract is attached for your inspection.
,,, ''\l •V I 'BIDDER'S SIGNATURE
• This bid submitted the 13th day of April . 1987 by
k ` -. Insituform Texark, Inc. 17988 Edison Avenue
Company Name Street Address
•
rWhest eld, Missouri 63017 314-532-6137
ty tate Zip Telephone
No. 88-0424
Sionatur Bidder Arkansas License No.
R bert W. Affho
President
Title
•
•
r .... _
•
CITY OF FAYETTEVILLE, ARKANSAS
BID NO. 830
GENERAL TERMS AND CONDITIONS OF BIDDING
COMPLIANCE WITH THE FOLLOWING TERMS AND CONDITIONS IS NECESSARY FOR CONSIDERATION OF
THIS BID:
A. Be sure to read all conditions and verify amounts before submitting bids. No
charges or additions will be allowed after submission.
B. Specifications furnished with the Invitation are intended to establish a desired
quality or performance level , or other minimum dimensions and capacities which
will provide the best product available at the lowest possible price. Other than
designated brands and/or models approved as equal to designated products shall
receive equal consideration.
C. All bids shall be submitted in sealed envelopes, mailed or delivered to the
Purchasing Office, City Hall , 113 W. Mountain Street , 2nd Floor, Room 209,
Fayetteville, AR 72701.
1 . Submit bid on form provided.
2. This bid must be signed with the firm name and by an authorized officer ,
employee or agent.
3. Bids received after stated time of opening will NOT be considered.
4. State manufacturer , brand name, model , etc. , for each item.
5. Samples of items, when required, must be furnished free, and, if not called
for within 30 days from date of bid opening, will become property of the
City.
6. Guarantees and warranties should be submitted with the bid, as they may be a
consideration in makia+g an award.
7. When accepting an "Invitation to Bid" , the bidder warrants that the
commodities covered by the bid shall be free from defects in material and
workmanshipunder normal use and service. In addition , bidder must deliver
new commodities of the latest design and model unless otherwise specified in
the " Invitation to Bid".
8. Prices quoted are to be net prices, and when an error is made in extending
total prices, the City may accept the bid for the lesser amount, whether
refleced by extension or by the correct multiple of the unit price.
9. Bid quotes submitted will remain firm for 90 calendar days from' bid opening
date; however, the prices may remain firm for a longer period of time, if
mutually agreeable between bidder and the City Purchasing Department.
•
City of Fayetteville BID NO. 830 Page 2
�Tems and Conditions 3/3/88
10. Prices quoted shall be "Free on Board" (F. O. B. ) to destination at designated
City facilities in Fayetteville, Arkansas. Charges may not be added after
the bid is opened.
11 . Discounts offered will be taken when the City qualifies for such. The
beginning date for computing discounts will be the date of the invoice or the
date of delivery and acceptance, whichever is later.
12. Sales or Use tax — Is NOT to be shown in the bid price but is to be added by
the vendor to invoice billing. The City of Fayetteveille is not exempt form
Arkansas State Sales and Use Tax. Although Sales and Use Tax is not to be
included in this bid , vendors are to register and pay direct to the Arkansas
Revenue Department. The City of Fayetteville, Arkansas is exempt from
Federal Excise Tax. The City of Fayetteville is exempt from all taxes on
motorized vehicles.
13. Arkansas preference must be requested on the bid to be considered as a factor
in awarding a bid.
14. Delivery or contract completion time is to be shown , as this date may, where
time is of the essence, determine contract award.
15. Quality, time and probability of performance may be factors in making an
award.
16. The bid number must be stated on the face of the sealed envelope. If it is
not , the envelope must be opened to identify.
17. Bidders must mark outside of envelope "Bid No. 830 . "
18. The City of Fayetteville reserves the right to reject any and all bids.
19. The City of Fayetteville reserves the right to award items , all or none , or
by line item(s) .
20. In the event of two or more identical low bids , the contract may be awarded
arbitrarily or for any reason to any of such bidders, or split in any
proportion between them at the discretion of the City Purchasing Office.
21 . Whenever a bid is sought seeking a source of supply for a specified period of
time for materials ,yid services, the quantities of usage shown are estimated
ONLY. No guarantee or warranty is given or implied by the City as to the
total amount that may or may not be purchased from any resulting contracts.
These quantities are for the bidders information ONLY and will be used for
tabulation and presentation of bid and the City reserves the right to
increase or decrease quantities as required.
22. CONSTRUCTION:
When noted, the contractor is to supply the City with evidence of having
and maintaining proper and complete insurance, specifically Workman ' s
Compensation Insurance in accordance with the laws of the State of Arkansas,
Public Liability and Property Damage. All premiums and costs -shall be paid
by the Contractor. In no way will the City be responsible in case of
accident.
When noted, a Certified Check or Bid Bond in the amount of 5% total bid
shall accompany bid.
City of Fayetteville BID NO. 830 Page 3
Terms and Conditions 3/3/88
A performance bond equalling the total amount of any bid exceeding
$10,000. 00 must be provided for any contract for the repair, alteration or
erection of any public building , public structure or public improvement
(pursuant to Act 351 of 1953 as amended by Act 539 of 1979) .
23. In the event a contract is entered into pursuant to the "Invitation to Bid" ,
the bidder shall not discriminate against any qualified employee or qualified
applicant for employment because of race, sex , color , creed, national origin
or ancestry. The bidder must include in any and all subcontracts a provision
similar to the above.
24. Liquidated damages shall be assessed beginning of the first day following the
maximum delivery or completion time entered on this bid form and/or provided
for by the plans and specifications.
25. Any ambiguity in any bid as the result of omission , error , lack of clarity or
non-compliance by the bidder with specifications, instructions, and all
conditions of bidding shall be construed in the light most favorable to the
City.
26. The City of Fayetteville reserves the right to reject any and all bids , to
accept in whole or in part, to waive any 'informalities in bids received , to
accept bids on materials or equipment with variations from specifications in
those cases where efficiency of operation will not be impaired , and unless
otherwise specified by the bidder , to accept any item in the bid. If unit
prices and extensions thereof do not coincide, the City of Fayetteville may
accept the bid for the lesser amount whether reflected by the extension or by
the correct multiple of the unit price.
27. Additional information may be obtained from:
•
PURCHASING OFFICE
113 W. Mountain Street
2nd Floor , Room 209
Fayetteville, Arkansas 72701
(501 ) 575-8281
Contact: Mr. John Byrd
ft
SPECIFICATIONS
FOR
SEWER PIPELINE TELEVISION INSPECTION
MARCH 3, 1988
SECTION 1 - SCOPE OF WORK
1. 1 The work required by these specifications shall consist of furnishing
all labor, materials, equipment, and supervision necessary to perform
television inspection of the designated pipelines. The work shall
consist of , but not necessarily be limited to. performing the
following work tasks where specified:
(a) Sewer Line Cleaning
(b) Sewer Flow Control
(c) Television Inspection
1 . 2 The area of work and the type of work to be performed shall be at
those locations shown on the drawings and made part of the
specifications, and shall be confined to pipe sizes ranging from 14
inches to 24 inches in diameter. Manhole inverts range from 5 to 25
feet deep.
SECTION 2 - GENERAL
2. 1 SEWER LINE CLEANING shall be performed with hydraulically propelled,
Y Y P P ,
high-velocity jet , or mechanic-ally powered equipment. Selection of
equipment shall be based on field conditions such as access to
manholes, type and quantity of debris to be removed, size of sewer ,
depth of flow, etc.
2.2 SEWER FLOW CONTROL shall be performed as required to comply with these
specifications (see SEWER FLOW CONTROL) .
2. 3 TELEVISION INSPECTION shall be performed to reveal and document sewer
line conditions.
SECTION 3 - SEWER LINE CLEANING
3. 1 Intent: The intent of sewer line cleaning is to remove foreign
materials from the lines as required for an accurate television
inspection of the pipelines. It is recognized that there may be some
conditions such as broken pipe or major blockages that may prevent
cleaning from being accomplished or where additional damage would
result if cleaning were attempted or continued. Should such
conditions be encountered, the Contractor will not be required to
clean those specific sections.
CITY OF FAYETTEVILLE PAGE 2
TV INSPECTION SPECIFICATION 3/3/88
3. 2 Cleaning Equipment:
(a) Hydraulically Propelled Equipment: The equipment used shall be
of a movable dam type and 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. The
movable dam shall be equal in diameter to the pipe being cleaned
and shall provide a flexible scraper around the outer periphery
to insure removal of grease. If sewer cleaning balls or other
equipment which cannot be collapsed are used , special precautions
to prevent flooding of the sewers and public or private property
shall be taken.
(b) High-Velocity Jet (Hydrocleaning) Equipment: All high-velocity
sewer cleaning equipment shall be constructed for ease and safety
of operation. The equipment shall have a selection of two or
more high-velocity nozzles. The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size
lines designated to be cleaned. Equipment shall also include a
high-velocity gun for washing and scouring manhole walls and
floor. The gun shall be capable of producing flows from a fine
spray to a solid stream. The equipment shall carry its own water
tank , auxiliary engines, pumps, and hydraulically driven hose
reel .
(c) Mechanically Powered Equipment: Bucket machines shall be in
pairs with sufficient power to perform the work in an efficient
manner. Machines shall be belt operated or have an overload
device. Machines with direct drive that could cause damage to
the pipe will not be allowed. A power rodding machine shall be
either a sectional or continuous rod type capable of holding a
minimum of 750 feet of rod. The rod shall be specifically heat--
treated steel . To insure safe operation , the machine shall be
fully enclosed and have an automatic safety clutch or relief
valve.
3.3 Cleaning Precau ons: During sewer cleaning operations, satisfactory
precautions shall be taken in the use of cleaning equipment. When
hydraulically propelled cleaning tools (which depend upon water
pressure to provide their cleaning force) or tools which retard the
flow in the sewer line are used, precautions shall be taken to insure
that the water pressure created does not damage or cause flooding of
public or private property being served by the sewer. When possible,
the flow of sewage in the sewer shall be utilized to provide the
necessary pressure for hydraulic cleaning devices. When additional
water from fire hydrants is necessary to avoid delay in normal work
procedures, the water shall be conserved and not used unnecessarily.
No fire hydrant shall be obstructed in case of a fire1in the area
served by the hydrant. The Contractor will be billed for all water
used, and prior to using water from a hydrant , arrangements are to be
made with the City to obtain a portable meter to attach to the
hydrant.
. CITY OF FAYETTEVILLE PAGE 3
TV INSPECTION SPECIFICATION 3/3/88
3. 4 Sewer Cleaning: The designated sewer manhole sections shall be
cleaned using hydraulically propelled , high-velocity jet , or
mechanically powered equipment. Selection of the equipment used shall
be based on the conditions of lines at the time the work commences.
The equipment and methods selected shall be satisfactory to the
Owner 's Representative. The equipment shall be capable of removing
dirt, grease, rocks, sand, and other materials and obstructions from
the sewer lines and manholes. If cleaning of an entire section cannot
be successfully performed from one manhole, the equipment shall be set
up on the other manhole and cleaning again attempted. If , again ,
successful cleaning cannot be performed or the equipment fails to
traverse the entire manhole section, it will be assumed that a major
blockage exists. The location of the blockage shall be documented and
located and the cleaning effort shall be abandoned at that particular
section of pipeline.
3.5 Root Removal : Roots shall be removed in those sections where root
intrusion is a problem. Special attention should be used during the
cleaning operation to assure sufficient removal of roots to allow the
television inspection. Procedures may include the use of mechanical
equipment such as rodding machines, bucket machines and winches using
root cutters and porcupines, and equipment such as high-velocity jet
cleaners.
3. 6 Material Removal : All sludge, dirt , sand , rocks , grease, and other
solid or semi-solid material resulting from the cleaning operation
shall be removed at the downstream manhole of the section being
cleaned. Passing material from manhole section to manhole section ,
which could cause line stoppages, accumulations of sand in wet wells,
or damage pumping equipment , shall not be permitted.
3. 7 Disposal of Materials: All solids or semi-solids resulting from the
cleaning operations shall be removed from the site and disposed of
properly. All materials shall be removed from the site no less often
than at the end of each workday. Under NO circumstances will the
Contractor be allowed to accumulate debris, etc. , an the site of work
beyond the stated time, except in totally enclosed containers and as
approved by the Owner.
3.8 Final Acceptance: Acceptance of sewer line cleaning shall be made
upon the successful completion of the television inspection and shall
be to the satisfaction of the Owner 's Representative. If TV
inspection shows the cleaning to be unsatisfactory to the extent that
the condition of the pipeline is not revealed , the Contractor shall be
required to reclean until the cleaning is shown to be satisfactory.
SECTION 4 - SEWER FLOW CONTROL
4. 1 When sewer line depth of flow at the upstream manhole ofthe manhole
section being worked is above the maximum allowable for television
inspection, the flow shall be reduced to the level shown below by
operation of pump stations, plugging or blocking of the flow, or by
pumping and bypassing of the flow as specified.
CITY OF FAYETTEVILLE PAGE 4
TV INSPECTION SPECIFICATION 3/3/88
4. 2 Depth of flow shall not exceed that shown below far the respective
pipe sizes as measured in the manhole when performing television
inspection.
(a? Maximum Depth of Flow Television Inspection
6" - 10" Pipe 20% of pipe diameter
12" - 24" Pipe 25% of pipe diameter
27" & up Pipe 30% of pipe diameter
4. 3 Plugging or Blocking: A sewer line plug shall be inserted into the
line upstream of the section being worked. The plug shall be so
designed that all or any portion of the sewage can be released.
During TV inspection, flow shall be reduced to within the limits
specified above. After the work has been completed, flow shall be
restored to normal .
4. 4 Pumping and Bypassing: When pumping and bypassing is required , the
Contractor shall supply the pumps , conduits, and other equipment to
divert the flow of sewage around the manhole section in which work is
to be performed. The bypass system shall be of sufficient capacity to
handle existing flow plus additional flow that may occur during a
rainstorm. The Contractor will be responsible for furnishing the
necessary labor and supervisor to set up and operate the pumping and
bypassing system. If pumping is required on a 24-hour basis, engines
shall be equipped in a manner to keep noise to a minimum.
4. 5 Flow Control Precautions: When flow in a sewer line is plugged ,
blocked , or bypassed , sufficient precautions must be taken to protect
the sewer lines from damage that might result from sewer surcharging.
Further , precautions must be taken to insure that sewer flow control
operations do not cause flooding or damage to public or private
property being served by the sewers involved.
SECTION 5 - TELEVISION INSPECTION
4
5. 1 After cleaning, the manhole sections shall be visually inspected by
means of a closed-circuit color television. The inspection will be
done one manhole section at a time and the flow in the section being
inspected will be suitably controlled as specified (see SEWER FLOW
CONTROL? .
5.2 The color television camera used for the inspection shall be one
specifically designed and constructed for such inspection. Lighting
for the camera shall be suitable to allow a clear picture of the
entire periphery of the pipe. The camera shall be operative in 100%
humidity conditions. The camera, television monitor, . and other
components of the video system shall be capable of producing picture
quality to the satisfaction of the Owner 's Representative, and if
unsatisfactory, equipment shall be removed and no payment will be made
for an. unsatisfactory inspection.
CITY OF FAYETTEVILLE PAGE 5
'TV INSPECTION SPECIFICATION 3/3/88
5. 3 The camera shall be moved through the line in either direction at a
moderate rate, stopping when necessary to permit proper documentation
of the sewer 's condition. In no case will the television camera be
pulled at a speed greater than 30 feet per minute. Manual winches,
power winches, TV cable, and powered rewinds or other devices that do
not obstruct the camera view or interfere with proper documentation of
the sewer condtions shall be used to move the camera through the sewer
line. If , during the inspection operation, the television camera will
not pass through the entire manhole section, the Contractor shall set
up his equipment so that the inspection can be performed from the
opposite manhole. If , again, the camera fails to pass through the
entire manhole section, the inspection shall be considered complete
and no additional inspection work will be required. Any obstructions
are to be noted and located.
5. 4 When manually operated winches are used to pull the television camera
through the line, telephones or other suitable means of communication
shall be set up between the two manholes of the section being
inspected to insure good communications between members of the crew.
5. 5 The importance of accurate distance measurements is emphasized.
Measurement for location of defects shall be above ground by means of
a meter device. Marking on the cable, or the like, which would
require interpolation for depth of manhole, will not be allowed.
Accuracy of the distance meter shall be checked by use of a walking
meter , roll-a-tape, or other suitable device, and the accuracy shall
be satisfactory to the Owner 's Representative.
5. 6 Documentation of the television results shall be as follows:
(a) Television Inspection Logs: Printed location records shall be
kept by the Contractor and will clearly show the location in
relation to an adjacent manhole of each infiltration point
observed during inspection. In addition , other points of
significance such as locations of building sewers, unusual
conditions, roots, storm sewer connections, broken pipe, presence
of scale apd corrosion, and other discernible features will be
recorded and a copy of such records will be supplied to the
Owner.
(b) Photographs: Instant developing , 35 mm, or other standard-size
color photgraphs of the television picture of problems shall be
taken by _ the Contractor upon request of the Owner 's
Representative, as long as such photgraphing does not interfere
with the Contractor 's operations.
(c) Videotape Recordings: The purpose of tape recording shall be to
supply a visual and audio record of problem areas of the lines
that may be replayed. Videotape recording playback shall be at
the same speed that it was recorded. Slow motion or stop-motion
playback features may be supplied at the option of the
Contractor. Title to the tape shall remain with the Contractor ,
however , the Owner reserves the right to purchase any or all of
' ,.EITY OF FAYETTEVILLE PAGE 6
TV INSPECTION SPECIFICATION 3/3/88
the tapes at the completion of the project. The Contractor shall
have all videotapes and necessary playback equipment readily
accessible for review by the Owner during the project, after
which time the tapes may be erased at the Contractor 's option.
SECTION 6 - CLEANUP AND EASEMENT RESTORATION
6. 1 CLEANUP - At all times maintain public and private properties involved
in the work free from accumulations of waste, debris, and rubbish
caused by the Contractor 's activities. Conduct cleaning and disposal
operations to comply with local ordinances and anti-pollution laws.
Do not bury or burn rubbish and waste materials on the project site.
Provide approved containers for collection and disposal of waste
materials, debris, and rubbish. At completion of the work, all paved
surfaces are to be broomed clean and other surfaces are to be raked
clean.
6. 2 GRASSED AREA RESTORATION - All areas disturbed or damaged by the
Contractor shall be restored to the original condition. Any lawn or
field grassed areas that have been disturbed , rutted, or otherwise
damaged by the Contractor 's equipment or operations shall be repaired
and reseeded. All ruts or other damaged areas with depressions are to
be filled with clean topsoil and graded smooth to existing contours.
The damaged areas are to be raked smooth and reseeded to obtain an
acceptable uniform grass stand.
a) An acceptable grass stand will not contain any bare spots over 2
square feet and not more than 10 percent of the area will have
bare spots larger than 1 square foot.
Seed Mixes:
1) Lawn Areas Species Proportion by Weight
Hulled Bermuda 40%
Kentucky Blue 35%
Annual Rye 25%
2) Field Areas
Kentucky 31 Fescue 40'l.
Hulled Bermuda 20%
Kentucky Blue 20%
Annual Rye 20%
b) Erosion protection is to be provided on areas with slopes greater
than 5% by mulching with a light cover of straw not more than two
days after seeding.
c) If erosion damage occurs in any repaired and reseeded ,areas prior
to establishing an acceptable grass stand, those areas shall be
restored as outlined above and reseeded.
CITY OF FAYETTEVILLE PAGE 7
. TV INSPECTION SPECIFICATION 3/3/88
6. 3 SURFACED AREA RESTORATION - Any disturbed, rutted , or otherwise
damaged granular surfaced area, asphalt surfaced or paved area, or
concrete surfaced area or structure shall be repaired to the original
condition by the Contractor. Repairs are to be made in accordance
with the current edition of the Arkansas Highway and Transportation
Department Standard Specifications.
6. 4 Payment for work under this section shall be included in the unit
prices for work covered under other sections in this specification.
MEASUREMENTS FOR PAYMENT
All measurements shall be as specified or made by conventional means with
accuracies consistent with field conditions and common practice. Should a
discrepancy in measurement exist which is greater than 10%, the item in question
shall be measured by both the Contrator and the Owner 's Representative for
verification.
Measurements for payments shall be based on the following schedule:
1. SEWER LINE CLEANING shall be paid for at the unit price bid per linear
foot of each size pipe. Measurement of the actual number of feet
cleaned shall be made from the center of the manholes.
Verification of adequate cleaning will be determined by the results of
the television inspection.
2. PLUGGING OR BLOCKING of the sewer flow shall be considered incidental
to the work and shall not be considered for payment.
3. PUMPING AND BYPASSING of sewer flows shall be paid for at the unit
price bid per setup plus the unit price bid per hour of operation.
4. TELEVISION INSPECTION of the sewer lines shall be paid for at the unit
price bid per linear foot of each pipe size, plus the unit price bid
for resetup fom. the actual number of resetups required. Measurement
of the actual number of feet inspected shall be made from the center
of the manholes.
It should be noted that if reverse setups (a situation that arises
when the television camera cannot pass through the manhole section,
making it necessary to reverse the positions of the television
equipment and enter the sewer from the opposite direction) are
required during television inspection, the per foot cost of television
inspection will be charged for the total footage between the manholes
involved.
5. PHOTOGRAPHS of the television picture of problems shall be '-paid for at
the price bid per photograph. Measurement shall be based on the
actual number of photographs taken.
CITY OF FAYETTEVILLE PAGE 8
TV INSPECTION SPECIFICATION 3/3/88
6. VIDEOTAPE RECORDINGS shall be paid for at the unit price bid per
linear foot of sewer line videotaped. Measurement of the actual
number of feet videotaped shall be made from the center of the
manholes.
When a videotape record of only points of significance is made, it
will be paid for at the unit price bid per videotape cassette used for
the recordings. Measurement shall be based on the actual number of
videotape cassettes used for the recordings.
Videotape recordings may be purchased by the Owner and shall be paid
for at the unit price bid per videotape cassette. Measurement shall
be based on the actual number of videotape cassettes purchased.
7. CLEANUP AND EASEMENT RESTORATION shall be considered incidental to the
work and shall not be considered separately for payment.
# ContinentaI Bond No. BND 3705613
Insurance Executed in Triplicat
PERFORMANCE BOND
Approved by The American Institute of Architects
A.I.A. Document No. A-311 (Feb. 1970 Edition)
KNOW ALL MEN BY THESE PRESENTS:
That Insituform Texark, Inc.
(Here insert full name and address or legal title of the Contractor)
as Principal, hereinafter called Contractor, and The Continental Insurance Company as Surety,
(Here insert full name and address or legal title of Surety)
hereinafter called Surety, are held and firmly bound unto The City of Fayetteville ,
(Here insert full name and address or legal title of Owner)
Arkansas
as Obligee, hereinafter called Owner, in the amount of Twenty five thousand and 0 0/ 10 0
Dollars ($ 25 ,000 .00 ),
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated _
entered into a contract with Owner for Sewer Pipeline Television Inspection
in accordance with drawings and specifications prepared by
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that,if Contractor shall promptly and faithfully perform said contract,then this
obligation shall be null and void;otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the Owner.
Whenever Contractor shall be,and declared by Owner to be in default under the Contract,the Owner having performed Owner's obligations
thereunder,the Surety may promptly remedy the default,or shall promptly
1)Complete the Contract in accordance with its terms and conditions,or
2)Obtain a bid or bids for completing the Contract in accordance with its terms and conditions,and upon determination by Surety of the lowest
responsible bidder,or,if the Owner elects,upon determination by the Owner and the Surety jointly of the lowest responsible bidder,arrange for a contract
between such bidder and Owner,and make available as work progresses(even though there should be a default or a succession of defaults under the
contract or contracts of completion arranged under this paragraph)sufficient funds to pay the cost of completion less the balance of the contract price;but
not exceeding,including other costs and damages for which the Surety may be liable hereunder,the amount set forth in the first paragraph hereof.The term
"balance of the contract price,"as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any
amendments thereto,less the amount properly paid by Owner to Contractor.
Any suit under this bond must be instituted before the expiration of two(2)years from the date on which final payment under the contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs,executors,
administrators or successors of the Owner.
Signed and sealed this day of A.D. 19
Arkansa Resident Agent :
�juryri/ IN . FORM TEXARK , INC.
Fran Keaton (Seal)
10810 Executive Center Dr. (Princi
Little Rock , AR. 72211 a
4.\51-4)
(Witness) o.ert W. Affholde ( itle) President •
The Contine al Ins a mpany _(Seal)
(Su ty)
•
(Witness) (Title)
Thomas C. Ricci , Jr. Attorney-in-Fact
BOND 4393c
. s
BondNo.BND 3705613
- Executed in Triplicat
LABOR AND MATERIAL PAYMENT BOND
Approved by The American Institute of Architects
A.I.A. Document No. A-311 (Feb. 1970 Edition)
Note:This bond is issued simultaneously with another bond in favor of the owner conditioned for the full and faithful performance of the contract
KNOW ALL MEN BY THESE PRESENTS:
That Insituform Texark, Inc.
(Here insert full name and address or legal title of the Contractor)
as Principal, hereinafter called Principal, and The Continental Insurance Company as Surety,
(Here insert full name and address or legal title of Surety)
hereinafter called Surety, are held and firmly bound unto The City of Fayetteville ,
(Here insert full name and address or legal title of Owner)
Arkansas
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of
Dollars ($ ),
(Here insert a sum equal to at least one-half of the contract price)
for the payment whereof Principal and Surety bind themselves,their heirs,executors,administrators,successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated
enteredintoacontractwithOwnerfor Sewer Pipeline Television Inspection
in accordance with drawings and specifications prepared by
(Here insert full name,title and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Principal shall promptly make payment to all claimants as
hereinafter defined,for all labor and material used or reasonably required for use in the performance of the Contract,then this obligation shall be void;
otherwise it shall remain in full force and effect,subject,however,to the following conditions:
1.A claimant is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor,material,or both,used or
reasonably required for use in the performance of the contract,labor and material being construed to include that part of water,gas,power,light,heat,oil,
gasoline,telephone service or rental of equipment directly applicable to the Contract.
2.The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined,who has not been
paid in full before the expiration of a period of ninety(90)days after the date on which the last of such claimant's work or labor was done or performed,or
materials were furnished by such claimant,may sue on this bond for the use of such claimant,prosecute the suit to final judgment for such sum or sums as
may be justly due claimant,and have execution thereon.The Owner shall not be liable for the payment of any costs or expenses of any such suit.
3.No suit or action shall be commenced hereunder by any claimant:
a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: The
Principal,the Owner,or the Surety above named,within ninety(90)days after such claimant did or performed,the last of the work or labor,or furnished the
last of the materials for which said claim is made,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were
furnished,or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail,
postage prepaid,in an envelope addressed to the Principal,Owner or Surety,at any place where an office is regularly maintained for the transaction of
business,or served in any manner in which the legal process may be served in the state in which the aforesaid project is located,save that such service need
not be made by a public officer.
b)After the expiration of one(1)year following the date on which Principal ceased work on said Contract,it being understood,however,that if any
limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be
equal to the minimum period of limitation permitted by such law.
c)Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project,or any part
thereof,is situated,or in the United States District Court for the district in which the project,or any part thereof,is situated,and not elsewhere.
4.The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder,inclusive of the payment
by Surety of mechanics'liens which may be filed of record against said improvement,whether or not claim for the amount of such lien be presented under
and against this bond.
Signed and sealed this day of A.D. 19_.
Arkansas R sident Agent
IN ORM TEXA , IN . 0
Fran Keaton (Seal)
10810 Executive Center Dr. (Principa
Little Rock , AR. 72211 `'rre
(Witness) 'o.ert W. Affholder ( itle) President
The Conti al In a e ompany
(Seal)
— (Sur' )
(Witness) (Title)
Thomas C. Ricci , Jr. Attorney-in-Fact
BOND 4 391C ,
The Continental Insurance Company
•
180 Maiden Lane, New York, New York 10038
GENERAL POWER OF ATTORNEY
Know all men by these Presents,That THE CONTINENTAL INSURANCE COMPANY has made,constituted
and appointed,and by these presents does make,constitute and appoint
Thomas C. Ricci, Jr. of St. Louis Missouri
its true and lawful attorney,for it and in its name,place,and stead to execute on behalf of the said Company,as surety,bonds,undertakings
and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
Five Million ($5,000,000.00) Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the Company on the 1st day of November, 1977:
"RESOLVED,that the Chairman of the Board,the Vice Chairman of the Board,the President,an Executive Vice President or a Senior Vice President or a Vice President of the
Company,be,and that each or any of them is,authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the
Company,bonds,undertakings and all contracts of suretyship;and that an Assistant Vice President,a Secretary or an Assistant Secretary be,and that each or any of them hereby is,
authorized to attest the execution of any such Power of Attorney,and to attach thereto the seal of the Company.
FURTHER RESOLVED,that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future
with respect to any bond,undertaking or contract of suretyship to which it is attached."
In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these
presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 1st day of May, 1985,
THE CONTINENTAL INSURANCE COMPANY
Attest:
By
•mot,`
l t.,...1311
'yt • /r 5.4 loaf I Rpemaert.Vice President
State of Missouri )
County of St. Louis ) ss:
On , before me, a Notary Public
in and for said County and State, residing therein, duly commissioned and
sworn, personally appeared Thomas C. Ricci , Jr .
known to me to be Attorney-in-Fact of The Continental Insurance Company
the corporation described in and that executed the within and foregoing
instrument, and known to me to be the person who executed the said instru-
ment in behalf of the said corporation, and he duly acknowledged to me that
such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official
seal, the day and year stated in this certificate above.
My Commission Expires
��,�p to Public
Certificate of Insurance
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER.THIS CERTIFICATE IS NOT AN INSURANCE
POLICY AND DOES NOT AMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
r
This is to Certify that
I- LIBERTY - _=
Name and MUTUAL •
Insituf orm Texark, Inc. '~address of �Nrv�^"41LN.N('u VN.N. g(Nr WPIp'NF 4lwuwt +.
17988 Edison Avenue Insured.
L- Chesterfield, MO 63017
is,at the issue date of this certificate,insured by the Company under the policy(ies)fisted below.'The insurance afforded by the listed policy(ies)is subject to all
their terms,exclusions and conditions and is not altered by any requirement,term or condition of any contract or other document with respect to which this cer-
tificate may be issued.
TYPE OF POLICY CERT.EXP.DATE POLICY NUMBER LIMITS OF LIABILITY
COVERAGE AFFORDED UNDER W.C. COV.B
LAW OF THE FOLLOWING STATES: Bodily Intury By Accident
WORKERS' 3/31/89 WC2-141-038304-238 ARKANSAS 1nn,lnn Ea.Acc.
Bodily Injury By Disease
COMPENSATION 100,000 Ea.Person
Bodily Injury By Disease
500,000 Pol.Limn
General Aggregate-Other than Products/Completed Operations
$2,000,000
Products/Completed Operations Aggregate
3/31/89 TB1-141-038304-298 $1 nnn,nnn
i Q Bodily Inky and Property Damage Liability
I
I ,4 $1 ,non non per occurrence I
Cj
W y
CLAIMS MADE Personal and Advertising Intury
'— RETRO DATE $1,000 000 oer ni a tiV
J organEzatan
-CO Q Other
W
� $50,000 Fire Legal Liability
2 ® OCCURRENCE
$5,000 Medical Payments
x Comprehensive Form - Blanket XCU
SPECIAU�x Contractual Liability
ENDORSEMENTS Independent Contractors/Contractors Protective
Broad Form Comprehensive Liability
} [3] OWNED $ 1,000,000 EACH ACCIDENT-SINGLE LIMIT-B.I.AND P.D.COMBINED
EACH PERSON
® NON-OWNED 3/31/89 AS 1-141-038304-248 $¢Q EACH ACCIDENT EACH ACCIDENT
® HIRED $ OR OCCURRENCE $ OR OCCURRENCE
w Umbrella
Excess 3/31/89 LE1-141-038304-288 $5,000,000 Each Occurrence
Liability
LCCATION(S)OF OPERATIONS&JOB # (If Applicable) DESCRIPTION OF OPERATIONS:
( City of Fayetteville, AR,Sewer line TV Inspection Sewerline TV Inspection 1
Aid Nn_ R1fl I
•NOTE.You will NOT be notified annually of the continuation of this coverage.You will be notified if this coverage is terminated or reduced.
NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR
REIlUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS
3300 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN
MAILED TO:
City of Fayetteville
CERTIFICATE 113 West Mountain AUTHORIZED REPRESENTATIVE
HOLDER-i. Fayetteville, AR 72701 May 18, 988 St. Louis
DATE ISSUED OFFICE
L J
-^•a certificate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as is afforded by That Company,it is executed by LIBERTY MUTUAL FIRE INSURANCE
.:;MPANY as respects such insurance as is afforded by That Company,n is executed by LIBERTY INSURANCE CORPORATION AS respects such insurance as is afforded by That Company
BS772S
e , K.�)FILMED
WICROFli
SPECIFICATIONS
FOR
COMPANY STREET
ED EDWARDS ROAD/MALLY WAGNON ROAD
DEAD HORSE MTN. 'ROAD
GREGG AVENUE
SUTTON STREET
WATER LINE REPLACEMENTS
March, 1988 Bid #834
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
•
• CITY ENGINEERS' OFFICE
INDEX
ADVERTISEMENT FOR BIDS
BID BOND
PROPOSAL
ARKANSAS PERFORMANCE AND PAYMENT BOND
CONTRACT AGREEMENT
INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS OF THE SPECIFICATIONS
DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS
DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS
DETAILED SPECIFICATIONS PART III MATERIALS
APPENDIX - STANDARD DETAILS
CITY OF FAYETTEVILLF
BID NO. 834
ADVERTISEMENT
Notice is hereby given that the City of Fayetteville, Fayetteville,
Arkansas, hereinafter called the Owner, will receive sealed bids at the
Purchasing Agent's Office, City Hall, 113 West Mountain Street,
Fayetteville, Arkanas, until 10:00 a.m. , on the 7th day of April, 1988,
for the furnishing of all tools, labor, and materials, and performing the
necessary work to be done to complete the water line replacements on:
1. Company St. 4. Gregg Avenue
2. Ed Edwards Road 5. Sutton Street
3. Dead Horse Mtn. Road
All necessary work, materials, and every item of construction shall be
in accordance with the Plans and Specifications as prepared by the Engineer.
Copies of the documents may be obtained from the office of the City
Engineer.
The Contractors shall make such inspection and studies of the site of
the work as to thoroughly familiarize themselves with all conditions to be
encountered.
Each bid must be accompanied by a surety bond in the amount equal to
five percent (5%) of the whole bid, said bond to be issued by a surety
company licensed to do business in the State of Arkansas, said bond to be
retained as liquidated damages in case successful bidder fails, neglects or
refuses to enter into the contract for the construction of said works, and
furnish the necessary bonds within ten (10) days from and after the date the
award is made.
The successful bidder will be required to furnish a performance and
payment bond, in favor of the Owner, in an amount equal to one hundred
percent (100%) of the contract amount, at the time of the award of the
particular contract section.
The Owner reserves the right to reject any and all bids, and to waive
any formalities deemed to be in its best interest.
The attention of all bidders is called to the fact that they must be
licensed under the terms of Act 150 of the 1965 Acts of the Arkansas
Legislature, as amended if this contract exceeds $20,000.00.
Notice is hereby given that the City of Fayetteville is an Equal
Opportunity Employer.
The proposed contract is under and subject to Executive Order 11246 of
September 24, 1965.
The successful bidder will be required to submit a Certificaton of Non-
segregated Facilities prior to award of the Contract, and to notify
prospective subcontractors of the requirement for such a Certification where
the subcontract exceeds $10,000.00.
Neither contractor nor subcontractor shall exclude from participation
in, deny the benefits of, or subject to discrimination under any program or
activity, any person in the li.S. on the grounds of race, color, national
origin or sex, nor discriminate on the basis of age under the Age
Discrimination Act of 1975, or with respect to an otherwise qualified
handicapped individual as provided in Section 504 of the Rehabilitation Act
of 1973, or religion except that any exemption from such prohibition against
discrimination on the basis of religion as provided in the Civil Rights Act
of 196.1, or Title VIII of the Act of April 11, 1968, shall also apply.
This advertisement is hereby made a part of the specifications and a
part of any subsequent contract.
h ng ent
U )
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal, and
as Surety, are hereby held
and firmly bound unto as owner
in the penal sum of
for the payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, our heirs, executors, administrators,
successors and assigns. Signed this day of
19
The condition of the above obligation is„such that whereas the Principal
has submitted to a
certain bid, attached hereto and hereby made a part hereof to enter into a
contract in writing, for the
NOW THEREFOR,
(a) If said Bid shall be rejected, or in the alternate.
(b) If said Bid shall be accepted and the Principal shall execute
and deliver a contract in the Form of Contract attached hereto
(properly completed in accordance with said Bid) and shall
furnish a bond for his faithful performance of said contract,
and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in
all other respects perform the agreement created by the
acceptance of said Bid.
then this obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of the obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that
the obligations of said Surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Owner may
accept such Bid; and said Surety does hereby waive notice of any such
extension.
2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto
set their hands and seals, and such of them as are corporations have
caused their corporate seals to be hereto affixed and these presents
to be signed by their proper officers, the day and year first set
forth above.
Principal
Surety
SEAL BY:
3
PROPOSAL
Place A�Gz1-(-7 ��.,t4f.
Date /4 "7 - 2" S
Proposal of JERRY D. SWEETSER, INC.
a corporation* organized and existing under the laws of the State of
f /gkAn1SA S , and qualified to do business in the State
of Arkansas; a Partnership* consisting of ,
an Individual* trading as ,
TO THE CITY OF FAYETTEVILLE, ARKANSAS: -
The bidder in compliance with your invitation for bids for the construction
of Company Street and etc. Water Line Replacements
having examined the Plans
and Specifications with related documents and the site of the proposed work,
and being familiar with all the conditions surrounding the work, including the
availability of materials and labor, hereby proposes to furnish all labor,
material , and supplies required to be furnished, and to construct the project
in accordance with the Contract Documents, and at the prices stated below.
These prices are to cover all expenses incurred in performing the work required
under the Contract Documents, of which this proposal is a part.
Bidder hereby agrees to commence work under this contract on a date to
be specified in a written "Work Order" of the Engineer, and to fully complete '
the project within 70 consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
* Fill out applicable blank
4
COMPANY STREET - WA'1'rR LINE REPLACEMENT
ITEM ESTIMATED QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
1. 300 L.F.
2" P.V.C. SDR21 Pressure k W . bO t,A RS
Class 200 Dollars,
$ /, ° 55o 700_22
2. 1 each ppL�A(2S
2" Connection with Ball l tJ C. R U M bR E D I F Ty
Valve and Roadway Box Dollars
$ quo, q 50.
3. 100 s.y. .16,1A-V t3 o LL e S
Street Repair
(See Detail Sheet) Dollars
g, " 5 1,800.Q2
4. 3 each StvEN�-y S
Connection to existing
Service Line Dollars
$
Total
Dollars
$ $5, 05.97-9 V
4-a.
ED EDWARDS RD./MALLY WAGNON ROAD
WATER LINE REPLACEMENT
ITEM ESTIMATED QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
1. 1300 L.F. SIX DoLLi9RS
4" P.V.C. C-900, DR14 -
Pressure Class 200 Dollars
$ 6, &o $7, 300 00
2. 1 each ,1( -rr Hut3c2ii TWEIJTy 5WE DOLLA12S
4" x 4" Tapping Sleeve
and Valve with Box Dollars
$ $goo $ 8z5. _o
3. 1 each -(}1fE.E. 14uNpQE.D FIFTY boLLARS
2" Ball Valve with Box
Dollars
$ ,3E0. a° $350.°°
4. 2 Farh S U E NTY- I V E_ CO LISA 2S
Connection to existing
Service Line Dollars
$ 7c oo $ 1 50 °v
Total
Dollars
$ $9Ia5.°° v
4-1
DEAD HORSE MTN. ROAD WATER LINE REPLACEMENT
ITEM ESTIMATED QUANTITY TOTAL** TOTAL
NO. AND DESCRIPTION PRICE
1. 7100 L.F. E IG HT bOLLAQS fINA I F-ry C £ fJTS
6" P.V.C. Water Line
C-900, DR14-Pressure Dollars
Class 200
$ 8; c.o $6,0,35o. o0
2. 1 each SIGHT HUN���QTH I�TY �.LW�S
6" x 6" Tapping
Sleeve and Valve with
Roadway Box. Complete Dollars
in place o
$ 3o. $830.°
3. each -Too 1-ALWO2Ep NINFTV- FIYE �oLLA�s
6" Gate Valve with Box
Complete in place Dollars
$ 9�. $1:1r10.1)4
4. 1 Each
Creek Crossing with 51 X 141AN( k.E.6 bo LL A .S
Concrete Encasement
(See Detail Sheet) Dollars
$ ( 7Ci ° $(0OO
5. 4 Farh >=11= �Ol LA S
Gravel Road Crossing TWO RLU3 D kab
and Repair
Dollars
$ 2 5o oo $lUOD. °=
DEAD HORSE MTN. ROAD - CONTINUED
Dollars
Total $ $ ?,5SQ, 93 V/
4‹.1
DEAD HORSE MTN. RD. WATER LINE REPLACEMENT
ALTERNATE BID
ITEM ESTIMATED QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
1. 7100 L.F. /4HT LOLLr_1eS A' Sf oEAJYt/- Five CfatS
6" D.I.P. CLASS 51
Dollars
Total $ 8 ' 5 $ 1i_/Z,5.c f
GREGG AVENUE WATTER LINE REPLACEMENT
ITEM ESTIMATED QUANTITY TOTAL** TOTAL
NO. AND DESCRIPTION PRICE
1. 560 L.F. VOuk-TEE.13 c OLLP S
6" P.V.C. (C-900) DRl4-
Pressure Class 200 Dollars
00
$ /4 oo $7, 84o.
2. 1 each ONE -Th0uSANfl FIVY. I-ItA0,8 A. DOLLACS
6" x 6" Tapping
Sleeve and Valve with
Roadway Box. Complete Dollars
in place
$ /�aa, oo $ 11500.°D
3. 1 each ONE ll-I OI-S P t , 14 u N D 2A.bbo LL R ►2S
10" x 6" Tapping Sleeve
and Valve with Roadway Dollars
Box. Complete in place. o0
$ /GOO, va $14 6 00. _
4. 1
4" ach
Gate Valve w/roadway TN 2 E H u Q TH 1 R1Y- SIX DOLL 2-S
Box. Complete in place,
and the Connection to Dollars
exist. 4" service line
$ 33C, $ 33(0.°°
5. 2 Farh
Connection to existing S�V .NTY" Fl YE DO LLA S
Service Lines
Dollars 00
$ 7,5; Gv $ 150 .
GREGG AVE. WATER LINE (CONT. )
6. 200 s.y.
Street Cut and Repair CI CII lT E E.FJ ISO LLP
(See Detailed Sheet)
Dollars
$ $3 Lo oo, o0
Dollars
Total $ S 15, o210.0 0
GREGG AVE. WA'1']Rt LINE REPLACEMENT
ALTERNATE BID
ITEM ESTIMATED QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
�. 560 L.F. Vpue-tE€� bOL QS AP .SEL/6/ TY- �iY� C�
6" D.I.P. CLASS 51
Dollars
Total $ //le. $8, acpo.°�
-411
SUTI'ON STREET WATER LINE REPLACEMENT
ITEM ESTIMATED QUANTITY TOTAL** TOTAL
NO. AND DESCRIPTION PRICE
1. 310 L.F.
2" P.V.C. SDR21 E VI HT boLLA . S
Pressure Class 200 Dollars
oa
$ F, 0 $02, g0. =
2. 1 each �0 LL fl S
2" Connection with 2" ON Thous f}n)l'� Tl O HU►J!J Q�D
and Valve with Box Dollars
$ is oo,
3. 3 each
5 -���-y- F1YE COLLAQS
Connection to existing
Service Line Dollars
$ 75. " °°
Total Dollars
$ $3, Io5. °°
(ou�rJ
Company Street $ 5, 1 1�-I 5 p_0 ,./
Ed Edwards Rd. $ 9, 1 a 5 =
Dead Horse Mt. Rd. $ 11124 5 50 00
Gregg Ave. $ I 5r , or,, (o . �` ✓/
cq V
Sutton St. °°
3, 1 0 5. -
oo
TOTAL $ I p l a g 1,, ✓
Dead Horse Mt. Rd. (Alt. ) $ Loco , 3 a 0
5 . _0
0
Gregg Ave. (Alt. ) 5, 0. _
Note: This project will be awarded on the basis of low
bid on the total for all projects .
5
** Unit Prices to be shown in words and figures . In case of discrepancy
amount shown in words will govern.
The unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc. , to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any or
all bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn
for a period of sixty (60) calendar days after the scheduled closing time
for receiving bids .
Upon receipt of written notice of the acceptance of this bid, bidder will
execute the formal contract attached within ten (10) days and deliver the
Surety Bond or Bonds as required by Paragraph 8 of the General Conditions .
The bid security attached in the sum of
is to become the property of the Owner in the event the contract and bond are
not executed within the time above set forth, as •liquidated damages for the
delay and additional expense to the Owner caused thereby.
Respectfully Submitted:
JERRY D. SWEETSER, INC,
6//1
By (ja66e,dE
'l0 .,&F`
cz 7.27c 3
SEAL - if bid is by a corporation
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
KNOW ALL PEN BY THESE PRESENTS: That we (1)
a (2) , hereinafter called "Pr:hereinafter
cipal" and
(3) of , State of
hereinafter called the "Suret , are held and
firmly bound unto (4) called
"Owner" in the penal sum of dollars ($ ) ,
in lawful money of the United States, for the payment of which sum well
and truly to be made, said principals and Surety bind themselves, their
heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the Owner, dated the
day of , 19 a copy of which is attached and made a part
hereof for the construction of:
NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and agree-
ment of said contract 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, and shall promptly make payment to all
persons, firms, subcontractors and corporations furnishing material for or
performing labor in the prosecution of the work provided for in such contract,
any any authorized extension or modification thereof, all amounts due for,
but not limited to, materials, lubricants, oil, gasoline, coal and coke,
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery, equipment and draft animals; also for taxes
or payments due the State of Arkansas or any political subdivisions thereof
which shall have arisen on account of, or in connection with, the wages
earned by workmen covered by the bond; 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.
7
The Surety agrees the terms of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alternation,
or addition to the terms of the contract or to the work to be performed
thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract as to the work or to the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts,
each of which shall be deemed an original, this day of
19
ATTEST:
(PRINCIPAL)
BY
SECRETARY (PRINCIPAL) (TITLE)
(SEAL)
(ADDRESS)
WITNESS AS TO PRINCIPAL (SURETY)
BY
ADDRESS ATTORNEY-IN-FACT
ATTEST:
ADDRESS
SECRETARY (SURETY)
(SEAL)
WITNESS AS TO ATTORNEY-IN-FACT
ADDRESS
8
NOTE: Date of Bond must not be prior to date of Contract.
(1) Correct name of Contractor
(2) A Corporation, a Partnership, or an individual, as case may be
(3) Correct name of Surety
(4) Correct name of Owner
(5) If Contractor is Partnership, all partners shall execute bond
(6) This bond must be filed with the Circuit Court of the County
where the work is to be performed, prior to the start of const-
ruction
(7) Must be executed by Arkansas Local Resident Agency for Surety
9
CY ThACT A 'ai
1. THIS CG\I CT A' D AST, ode and entered into ths
day of � , 19�f8, by and between the City of Fayetteviille, Arkansas,
Party of the First Part, acting rough it's duly authorized representative,
and
Jerry D. Sweetser, Inc.
590 Poplar St.
Fayetteville , AR 72703
Party of the Second Part:
WIT: S H:
That for and in consideration of the payments to be made as hereinafter set
forth, the Party of the Second Part hereby agrees to furnish all tools,
labor, equipment, materils, and supplies required to the furnished and to
construct the improvc...lents designated as
Company St., Ed Edwards Rd. ,Dead Horse Mtn. Rd,
Gregg Ave. , Sutton St. Waterlines for $98 , 281. 00
for the City of Fayetteville, Arkansas, in exact accordance with the Plans
on file at the Office of the City Engineer, and Specifications, Proposals,
Stipulations, and Special Provisions attarhed hereto and made a part hereof
as fully as though copied herein, under the direction of and to the entire
satisfaction of the Party of the First Part and in accordance with the laws
of the State of Arkansas.
2. It is further agreed and understood by and between the parties
hereunto that the Party of the First Part agrees to pay and the Party of the
Second Part agrees to accept as full and final can ensation for all work
done under this agreement, the Unit Prices and/or Lump Sum Price named in
the Propol which is hereto attached, such payment to be made in lawful
money- of the United States, at the time and in the mariner set forth in the
Specifications.
3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work within the time specified in
the Prupocal . Time is expressly made of the essence of this Contract. If the
Party of the Second Part shall fail to complete the work in the time
specified he shall pay to the Party of the First Part, as liquidated
damages, ascertained and agreed, and not in the nature of a
penalty, the amount specified in the Proposal for each day delayed, for each
Schedule delayed, which shall be deducted from the final amount to be paid
under the Contract. Extensions of time may be granted with waiver of
liquidated damages as provided for in the Specifications.
4. The Party of the Second Part agrees to furnish a Bond, with an
approved Surety thereon, guaranteeing the performance of this Contract, as
required by the lows of the State of Arkansas, and for not less than one
hundred (100) percent of the amount of this Contract. Said Bond shall be
conditioned on full and complete performance of this Contract and acceptance
by the City of Fayetteville for the payment of all labor and materials
entering into or incident to the proposed improvements and shall guarantee
the work against faulty workmanship or materials for a period of one (1 )
year after completion. The Surety on said Bond shall be a Surety Company of
financial resources satisfactory to the Party of the First Part, and
authorized to do business in the State of Arkansas.
5. The Party of the second Part agrees also to carry Public Liability
Insurance, Property Damage Insurance, and..Workman's Compensation Insurance
in amounts as required by these Specifications.
WITNESS OUR HANDS THIS /�7 DAY OF hiji , 1987
CITY OF FAYETTEVILLE
FAME ITEVT I F, ARKANSAS
Attest by City Clerk By CZ41b0
•ntractor
BY _ ////
Name : 6 'i tl e
WI TES S
ines Address
Corporate Seal (if any)
tzoittTh"tYt*s:iiir' "t�s pr"1,M1)s£Ftt f n...irr i4s'ts?:t 1 Y liy ,• ss•.. 'rr .�rss:itt �tk:e 'sq'£' Yjs3Mii"� ! tY:3'ti', .rtf• 's'st.....;;l atr �r::rt ''_f
.,.,...; t.. `I if, .,.. � t:.. ..{./ i.....i: t ui: �s.,., ft' '4:. (f .£;�?f� etfi, ;i ;si£iiff/ \`t,. .I t' ..t`' Y'1;JiEt;•` £ •.{//�1't?Eee:
I
- ELITY-t 70
uii E\0'�urb•—,_
,. UNITED STATES FIDEL ! �� ARANTY COMPANY
. ie9a *^ e?
(A St c any)
'P
BID BOND
BOND NUMBER
KNOW ALL MEN BY THESE PRESENTS:
Y'
X i
THAT Jerry D. Sweetser, Inc.
of Fayetteville, Arkansas
as Principal , and UNITED STATES FIDELITY AND
GUARANTY COMPANY, a Maryland corporation,as Surety, are held and firmly bound unto -
- City of Fayetteville, Fayetteville, Arkansas
as Obligee, in the full and just sum of Five Percent (5% of Bid)
Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns,jointly and severally,firmly by these presents.
WHEREAS, the said Principal is herewith submitting its proposal for furnishing all labor and materials
for water line replacements for Company St. , Molly Wagon Road, Dcad Horse
Mountain Road, Gregg Ave. , and Sutton St. , City of Fayetteville, in accordance
with plans and specifications of the City of Fayetteville. Bid #834.
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
f.. the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work ,-
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.
- y.
Signed, sealed and delivered 4/7./88
(Date)
7 D. Sweetser, Inc. (SEAL.)
Pr dent'''..... .... . (SEAU — '''':''..S.,--:;.
Secre
UNITED STATES FIDELITY AND GUARANTY COMPANY :!..i,,,,,zir
Robert M. Davis Attorney-in-fact '
'+'• eL•,. iz:•s..�� ,;.N is tKitli:£:;:.�:,�t.ittt 1111)_ ..�+' �:, 7F" ra 1�$i�;s= ? �►Y=. �i=a�k�iiif?(i'•:,� "r+' ...,.,,.?.:.=is�:'si4 ,ii... 't+�.t =
�e....Asv Wlll3'•E::.. ii:: u.1�1! ,.. s �,., .•',, „i. t y ££ ,�. .,. ....... a �. .. � ii?i:;tts (�� itR:: ti
Contract 11 (Revised) (1-74) ,•;,•r.
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No. 100117
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Robert M. Davis
of the City of Fayetteville , State of Arkansas
true and lawful attorney in and for the State of Arkansas'
for the following purposes,to wit:
To sign its name as surety to,and to execute,seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
Robert M. Davis
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice•President and Assistant Secretary, this 31st day of
December ,A.D. 19 87
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By W,J,D, Sarer 'ille, Jr.
Vice-President.
(SEAL) Douglas R. Bowen
(Signed)
Assistant Secretary.
STATE OF MARYLAND.
t as:
BALTIMORE CITY,
On this 31st day of � r ,A. D. 1987, before me personally came
W.J.D. Somerville, Jr. , Vice-President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Douglas R. Bowen ,Assistant Secretary of said Company,with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they, the said W.J.D. Somerville, Jr.
and Douglas R. Bowen were respectively the Vice-President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President
and Assistant Secretary,respectively,of the Company.
My commission expires the first day in July,A. D. 19 90
Margaret M. Hurst
(SEAL) (Signed)
Notary Public.
FS 3 (1.87)
COPY OF RESOLUTION
That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice-
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact,or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contract s
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed,and
Also,in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be tllowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or rt corded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other associat.on or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond, recognizance, obligation, stipulation,or undertaking,or anything in the nature of either of the tame.
Janes M. Carroll ,an Assistant Secretary of the UNITED STATES FIDELITY tAD
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to Robert M. Davis
of Fayetteville, Arlcansas , authorizing and empowering him to sign bonds as therein set
forth,which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November, 1981, at which meeting a quorum of the Board of Directors was present,and that the foregoing is a true and correct copy of said
resolution,and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on April 7, 1988.
(Date)
.1Y,"1"19 r
eziss„...„„e„.
Assistant Ste,?tart'.
► V 1 ► 1 1 / V
SET TAB STOPS AT ARROWS
Of ® CERTIFICATE OF INSURANCE ISSUE DATE (MM/DD/YY)
5/12/88
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
Eason & Co. , Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. O. Box 4217
Fayetteville, AR 72702 COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER United States Fidelit & Guaran
COMPANY
INSURED LETTER B
Jerry D. Sweetser, Inc. COMPANY
590 W. Poplar LETTER C
Fayetteville, AR 72701 COMPANY
LETTER
COMPANY E
LETTER
COVERAGES
THIS IS TO CERTIFY THAT 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 CONDI-
TIONS OF SUCH POLICIES.
CO POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS
LTR TYPE OF INSURANCE POLICY NUMBER DATE IMM/DO/YY) DATE(MM/DD/YY) EACH
OCCURRENCE AGGREGATE
GENERAL LIABILITY
BODILY
A© COMPREHENSIVE FORM 1CP0789582420 10/30/87 10/30/88 INJURY $ 1,000 $1,000
■ PREMISES/OPERATIONS PROPERTY
MIUNDERGROUND DAMAGE $ 1,000 $1,000
EXPLOSION 8 COLLAPSE HAZARD
■ PRODUCTS/COMPLETED OPERATIONS
■ CONTRACTUAL BI 8 PD
COMBINED $ $
■ INDEPENDENT CONTRACTORS
■ BROAD FORM PROPERTY DAMAGE
■ PERSONAL INJURY PERSONAL INJURY $
11111
AUTOMOBILE LIABILITY BODILY
A© ANY AUTO 1CP0789583420 10/30/87 10/30/88 (PERRY PERSON) $ 1,000
■ ALL OWNED AUTOS(PRIV PASS) BODILY
OTHER INJURY
II ALL OWNED AUTOS(PRIV PATSSHAN) (PER ACCIDENT) $ 1,000
■ HIRED AUTOS PROPERTY
. NON-OWNED AUTOS DAMAGE $ 1,000
■ GARAGE LIABILITY
BI 8 PD
■ COMBINED $
EXCESS LIABILITY
A© UMBRELLA FORM 1CP0789582420 10/30/87 10/30/88 COMB NED $ 2,000 $2,000
■ OTHER THAN UMBRELLA FORM
STATUTORY
A WORKERS' COMANDPENSATION 3902852879 10/30/87 10/30/88 $100 (EACH ACCIDENT)
$500 (DISEASE-POLICY LIMIT)
EMPLOYERS' LIABILITY
$100 (DISEASE EACHEMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
CERTIFICATE HOLDER CANCELLATION
City of Fayetteville SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Attn: Sid Norvash MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Fayetteville, AR 72701 LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESEN E
Bob Davis
ACORD 25(8/84) ? IIR/ACORD CORPORATION 1984
Fr,µ+�iNf t :V '.l•.: p��5�t:r% t•:`'F ,+ ::ii {. ::eter+rP+lsittivirf+'•+"stfii£ 5{tl., '�ttf 1'�t ..,/'' 1�,,�{s{57.."i''i{ e` s?'ste` re
.,,s{"si`t, {$it3`+ t :sr � t�"'•,,pp,,�1'ttii,,.r,� �ttt{,to M s•£r':e'r� ��s,iti}r i 1,7i t{�,;.r�Ir Yi{.:? st.::: ;.t� sr 'e,r .....,. � s : 7 :ti,. 4}� sp%jee"''
.v',� ?�, ,�.•e..:���{I:x i+6h`'.��i:e"2h.sfs.::;.�_>+;.:+`/.tl 7... 1Q rtis-•.,,,�-.s..Nt��'�... _�...� -� ,'�' _,. � ...t�''":'u,. _
i
\,,EL1TYgMp .::l
LN QED' S: Al 1ES H D]E L1 �� �- 5f- 1( A AN Y COIVI1PANY
riA w
(A Stoc Company)
" ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
"''I We Jerry D. Sweetser, Inc.
A
as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a
corporation organized and existing under the laws of the State of Maryland and authorized to do business in the
State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto
City of Fayetteville, Fayetteville, Arkansas
as Obligee, hereinafter called Owner, in the amount of Ninety—Eight Thousand, Two Hundred
Eighty—One Dollars and No/100
ifi
Dollars ($ 98 a281.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, :Z]
personal representatives, successors and assigns, jointly and severally, firmly by these presents. 4
Principal has by written agreement dated entered into a contract
with Owner for Bid #834, for furnishing all labor and materials for water line ,
s`+ replacements for Company St. , Molly Wagon Rd. , Dead Horse Mountain Rd. , Gregg
Ave. , and Sutton St. , City of Fayetteville, in accordance with plans and
a specifications of the City of Fayetteville. :::•
, which contract is by reference made a part hereof, and is
hereinafter referred to as the Contract. nby
THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the -
`'` Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he 1
t,:: may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense •`
which the Owner may incur in making good any such default, end, further, that if the Principal shall pay all persons
all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons -
~; shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, "..
subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force
`� and effect.
No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action
'' or proceeding shall be brought on this bond except by the Owner after six months from the date final payment
.�' is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years
, i' from the date on which the final payment under the Contract falls due.
'ia Any alterations which may be made in the terms of the Contract, or in the work to be done under it, 41
i or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance
on thepart of either the Owner or the Principal to the other shall not in anywayrelease the Principal and the
1
.:.:: p P ;;��
i Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their '""'
`,?: liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being
11
a:•' hereby waived.
i==
k-`I In no event shall the aggregate liability of the Surety exceed the sum set out herein.
.'i Executed on this day of , 19 '�"'l
'fi
<' Jer D. STe, , Inc.
-1 ,, Principal
B 'e�den �,
'� UNIT i STATES 'IDEL'ITY AND GUARANTY COMPANY „,:di
_' �,/// Surety �>
r Y
E- y
``e` Attorney-in-fact
- Robert M. Davis
4 •I-is �r h ;f}`e ii, a ,,Z ii f�r'i:: ii1i ;%i' i• ,iii:i 's 5 i qJ
r eL„ �i's5�,.ra :st�.t\FA.F 'u��'.a, ..s'�r n.+:....}'.��f�'� %'fk4�.//.{Be..fs'.i�`rr�..i.��,{,f' 7�,r.. -,R,M}* 'S��'f � �.,. .{t., + ..� ';.. k�M1'yr 5,,;!
.•.....s... .tt....._ ...•3 f}:::'. •is''4, �f .'ti' r: '4a: �+L.......e �.+.f......�'e . ....... ... st.,
Contract 158 (Arkansas) (10-57) IF'
.
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No. 100117
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Robert M. Davis
of the City of Fayetteville , State of Arkansas
its true and lawful attorney in and for the State of Arkansas
for the following purposes,to wit:
To sign its name as surety to,and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
Robert M. Davis
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 31st day of
December ,A.D.19 87
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By W,J,D, Saerville, Jr.
Vice-President.
(SEAL) Douglas R. Bowen
(Signed)
Assistant Secretary.
STATE OF MARYLAND.
BALTIMORE CITY, s ss:
On this 31st day of December ,A. D. 1987, before me personally came
W.J.D. Somerville, Jr. , Vice-President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Douglas R. Bawen ,Assistant Secretary of said Company,with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they, the said W.J.D. Somerville, Jr.
and Douglas R. Bowen were respectively the Vice-President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President
and Assistant Secretary,respectively,of the Company.
My commission expires the first day in July,A.D.19 90
Margaret M. Hurst
(SEAL) (Signed)
Notary Public.
FS 3 (1-87)
COPY OF RESOLUTION
That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice-
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact,or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed,and
Also,in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond, recognizance, obligation, stipulation,or undertaking,or anything in the nature of either of the same.
Janes M. Carroll ,an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to Robert M. Davis
of Fayetteville, Arkansas , authorizing and empowering him to sign bonds as therein set
forth,which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November, 1981, at which meeting a quorum of the Board of Directors was present,and that the foregoing is a true and correct copy of said
resolution,and the whole thereof as recorded in the minutes of said meeting. '
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on
(Date)
ff"1"117 4/6(767441‘4
Assistant Secretary.
INSTRUCTIONS TO BIDDERS
1. QUALIFICATIONS OF CONTRACTORS:
Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the
successful bidder must be legally qualified in all respects to do business
in the State of Arkansas.
When called upon to do so after receipt of Proposals, bidder
shall prepare a Financial Statement, Experience Record, and Equipment
Schedule. These statements shall reflect the current status of the bidder.
The statements of each bidder must show net liquid assets or credit
facilities in an amount of not less than fifteen (15) percent of the total
amount bid. Each bidder must ha-e had at least three (3) year's experience
in construction of similar improvements and must have successfully completed
at least three (3) such projects. Each bidder must have equipment available
which, in the opinion of the Engineer, is adequate to complete the work under
these Specifications in the time allowed for completion. Should any bids
be received from bidders whose statement, when filed, fail to show that the
bidder's qualifications meet the minimum requirements above-enumerated,
such bids may be rejected.
2. LOCAL CONDITIONS:
Bidders shall read the Specifications, examine the Plans, and
make their own estimates of the existing facilities and the difficulties
which will attend the execution of the work called for by the proposed
Contract, including local conditions, uncertainty of weather, and all other
contingencies. Bidders shall satisfy themselves by personal examination of
the location of the proposed work, and by such means as they may choose, as
to actual conditions and requirements. Information derived from the Plans
and Specifications or from the Engineer or his assistants shall not relieve
the bidder of this responsibility.
3. PROPOSAL GUARANTEES:
Proposals must be accompanied by either a certified or cashier's
check, drawn on a National Bank or a bank having membership in the Federal
--Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal
guarantee shall be in an amount not less than five (5) percent of the bid
and made payable to the Contracting Authority to whom the Proposal is made.
A lesser amount will not be accepted.
The proposal guarantee, or other bid qualifications, shall be sealed
in a separate envelope firmly attached to the outside of the sealed Proposal.
The outer envelope shall be opened first, and if the documents are not found
to be in order, the sealed Proposal shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the Contracting
Authority as liquidated damages in case the bidder neglects or refuses to
enter into a contract and to furnish the required contract bond within ten
(10) days after the prescribed contract and bond forms are presented for
signature.
12
Checks of unsuccessful bidders will be returned immediately after
a contract has been executed.
4. PROPOSALS:
(a) Proposals shall be strictly in accord with the prescribed
forms, furnished with the Specifications. Any modifications or deviations
therefrom may be considered sufficient cause for rejection.
(b) The bidder shall state in words and figures the lump sum and
unit prices for which he proposes to do each item of work covered by the
Proposal. In case words and figures do not agree, the words shall govern
and the figures shall be disregarded.
(c) It is to be understood that the lump sum required in the
Proposal is for the furnishing of all materials required to be furnished
and the doing of all work required under these Contract Documents, including
items for which no quantities are given, and the quantities given in the
"List of Variable Quantities" at the end of the Proposal. The "Unit Prices
for Variation of Quantities" required are for adjustment of the "Basic
Bid" by reason of variation of actual variable quantities from the quantities
given in the "List of Variable Quantities". In case unit prices are not
required, it is to be understood that the lump sum required in the Proposal
is for the furnishing of all materials required to be furnished and the
doing of all work required under these Contract Documents.
(d) Proposals may be submitted for any or all Schedules, if
more than one Schedule is included in the work, but bidders submitting a
proposal for a "construction" Schedule must submit a proposal for any other
Schedule of work incident thereto, such as "Electrical" and "Plumbing".
Where a bidder bids on more than one Schedule and desires to accept the
proposal, but any reservation on the part of the bidder to make a decision
on what Schedules he will accept after bids are opened will render the bid
null and void.
(e) Proposals must be signed, in writing, by an individual
authorized to bind the bidder.
(f) Proposals must be submitted complete, with all other Contract
-Documents in their original binding as furnished by the Engineer. They
must be submitted at the place and on or before the time specified in the
Advertisement for Bids.
(g) Proposals must be submitted in sealed envelopes addressed
to the Contracting authority, and clearly marked on the outside of the
envelope, "Proposal for Construction Contract" to be opened at (date and
time) . The Bidder's current Arkansas Contractor 's license number must be
marked on the envelope.
(h) The Contracting Authority will not consider bids covering
only a portion of these Specifications.
iz
(i) The unbalancing of bids will not be tolerated. Evidence of
material unbalancing will be considered cause for rejection.
5. MODIFICATION OF BIDS:
No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for opening.
6. BID BONDS, CONTRACT BONDS, AND INSURANCE:
Attention of bidders is called to Act 82 of the 1935 Acts of the
Arkansas General Assembly, which requires that all bid bonds, performance
bonds, labor bonds, employer's liability insurance, public liability
insurance, workmen's collective insurance, and property damage insurance
must be secured through resident agents of Arkansas.
7. CLARIFICATION OF CONTRACT DOCUMENTS:
If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part of the Plans,
Specifications, or other proposed Contract Documents, he may submit to the
Engineer a written request for any interpretation thereof. The person
submitting the request will be responsible for its prompt deliver_'. Any
interpretation of the proposed Documents will be made only by an Addendum
duly issued, and a copy of such Addendum will be mailed to each person who
has previously secured or who subsequently secures a set of Documents. The
Contracting Authority will not be responsible for any other explanations
or interpretations of the proposed Documents.
8. EXECUTION OF CONTRACT DOCUN NTS:
Following the award and within ten (10) days, provided for in the
Proposal, the successful bidder shall properly execute five (5) counterparts
of the Contract Documents.
9. BASIS OF AWARD:
Bids will be considered on the basis of the total bid price or
prices given in the Proposal. In the event Unit Prices are required they
will not be considered except that evidence of serious unbalancing of the
Unit Prices shall be considered cause for rejection of bids.
The Contract(s) will be awarded to the bidder (or bidders in the
case of more than one Schedule of Work) submitting the lowest and best bid
(or combination of bids) , considering the contractor's experience and
ability to do the work, and the character and quality of the equipment
he proposes to furnish. The Contracting Authority reserves the right to
select such bids or combination of bids which in its opinion would serve
its interest best.
The Contracting Authority reserves the right to select between
any Alternatives in the Proposal.
14
•
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than $ 20,000.00 the following
exception applies:
The Contract or is not required to be licensed under the
terms of Act 150 or the 1965 Acts of the General Assembly.
11. TIME OF COMPLETION AND LIQUIDATED DAMAGES:
Bidder must agree to commence work on or before a date to
be specified in a written "Notice to Proceed" of the Owner and to fully
complete the project within 70 consecutive calendar days thereafter.
Liquidated damages shall be at $100 .00 per day.
12. NOTICE OF SPECIAL CONDITIONS:
Attention is particularly called to those parts of the contract
documents and specifications which deal with the following:
(a) Inspection and testing of materials.
(b) Insurance requirements.
(c) Wage rates.
(d) Special equipment which the Contractor must use on the job.
13. SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this contract, the
Contractor shall:
1. Comply with the safety standards provisions of applicable laws,
building and construction codes and the "Manual of Accident Prevention
in Construction" published by the Associated General Contractors of
America, the requirements of the Occupational Safety and Health Act of
1970 (Public Law 91-596) , and the requirements of Title 29 of the
Code of Federal Regulations, Section 1518 as published in the "Federal
Register", Volume 36, No. 75, Saturday, April 17, 1971.
2. Exercise every precaution at all times for the prevention of
accidents and the protection of persons (including employees) and
property.
3. Maintain at his office or other well known place at the job site,
all articles necessary for giving first aid to the injured, and shall
make standing arrangements for the immediate removal to a hospital or
a doctors care of persons (including employees) , who may be injured on
the job site. In no case shall employees be permitted to work at a job
site before the employer has made a standing arrangement for the removal
of injured persons to a hospital or a doctors care.
15
GENERAL CONDITIONS OF THE SPECIFICATIONS
1. GENERAL DESCRIPTION:
The work embraced in these Contract Documents consists of
the following: Replacement of water lines on the following
streets : Company, Ed Edwards Rd. , Dead Horse Mtn. Road, Gregg
Ave. and Sutton Street
2. DEFINITION OF TERMS:
Wherever in these Documents the following terms are used,
they are understood to have the following meanings:
"OWNER" or "CONTRACTING AUTHORITY" shall mean the City of
Fayetteville, Arkansas.
"ENGINEERS" or "ENGINEER" shall mean the City Engineer, Fayetteville,
Arkansas, City Administration Building, ll 3 West Mountain Street
Fayetteville, Arkansas , 72701
"CONTRACTOR" shall mean the individual, partnership, or corporation
that may have entered into the contract with the Contracting Authority
to perform the work specified herein.
"WORzC" shall mean the furnishing of all necessary tools, labor,
equipment, materials, and supplies required to be furnished by the
Contractor under these Specifications.
3. LAWS AND REGULATIONS:
All work shall be done in conformity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local laws
and ordinances, and all applicable federal statutes, laws or regulations.
No convict labor shall be employed on this project.
4. CONTRACT DOCUMENTS:
The "Advertisement for Bids", the "Proposal", the "Bond"
the "Instructions to Bidders", the "General Conditions", the "Detailed
Specifications", and the "Plans", are each and all of the Specifications
component parts to the agreements governing the work to be done and the
materials and equipment to be furnished.
16
The Contract Documents are complimentary, and what is called for
by one shall be as binding as if called for by all. The intention of the
Documents is to include all tools, labor, equipment, materials and supplies
necessary for the proper execution of the work. Materials or work described
in words which so applied have a well-known Technical or Trade meaning shall
be held to refer to such recognized meaning.
The following copies of the executed Contract Documents will be
provided:
One for the Contracting Authority,
One for the successful Bidder,
One for the Engineer,
One for the Surety,
One for filing with the Circuit Clerk in the County where the
Work is to be performed.
5. SUBCONTRACTS:
The Contractor shall, as soon as practicable after the signing of
the Contract, submit to the Engineer, in writing, the names of any Sub-
contractors he proposes for any part of the work.
The Engineer's approval must be secured, in writing, on all Sub-
contracts before they are made and signed.
The Contractor shall be held fully responsible to the Contracting
Authority and the Engineer for the acts and omissions of his Subcontractors
and of the persons directly or indirectly employed by his Subcontractors.
Nothing contained in these Specifications or in the Contract •
Documents shall create any contractual relation between any Subcontractor
and the Contracting Authority.
6. THE CONTRACTOR:
It is understood and agreed that the Contractor has satisfied him-
self as to the nature and location of the work, the conformation of the
ground, the character, quality, and quantity of the materials to be encountered,
the character of the equipment and facilities needed preliminary to and
during the prosecution of the work, the general local conditions, and all
other matters which can in any way affect the work under this Contract. No
verbal agreement or conversation with any officer, agent, or employee of
the Contracting Authority or Engineer, either before or after the execution
of this Contract, shall affect or modify any of the terms or obligations
herein contained.
17
7. THE ENGINEER:
The Contracting Authority contemplates and the Contractor shall
permit and make possible a thorough inspection by the Engineer of all work
and materials furnished under the Contract Documents. The Contractor shall
perform the work to the satisfaction of the Engineer. No work shall be
performed by the Contractor without the knowledge and approval of the Engineer.
The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and manner of performing
the work, being responsible to the Contracting Authority for all materials
delivered and the results contracted for. The authority of any represen-
tative of the Contracting Authority of the Engineer is limited to such
determinations concerning the interpretation and performance of the Contract
Documents. The failure of any representative of the Contracting Authority
or of the Engineer to condemn or reject work or materials, or otherwise to
exercise any function entrusted to him, shall not excuse the Contractor
from the faithful performance of this Contract, nor shall such action imply
any acceptance by the Contracting Authority or by the Engineer of faulty
work or materials.
The Engineer shall, within a reasonable time after presentation,
make decisions in writing on claims arising between the Contracting
Authority and the Contractor and shall make interpretations of plans and
specifications.
8. BOND:
Coincident with the execution of the Contract, the Contractor shall
furnish a good and sufficient surety bond in the amount of one hundred (100)
percent 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 and performance of the
Contract, and guaranteeing the work against faulty workmanship and materils
during construction and for one year after completion, all provisions of
the bond to be complete and in full accordance with the statutory require-
ments. The bond shall be executed with the proper Sureties through a company
-licensed and qualified to operate in the State and approved by the Con-
tracting Authority. If at any time during the continuance of the Contract,
the Surety on the Contractor's bond becomes irresponsible, the Contracting
Authority shall have the right to require additional sufficient Sureties
which the Contractor shall furnish to the satisfaction of the Contracting
Authority within ten (10) days after the notice to do so. In default, thereof,
the Contract may be suspended, and all payments or money due the Contractor
withheld.
The bond must be filed with the Circuit Clerk of the County in
which the work is to be performed before any work under the Contract is
performed.
A form of this bond is attached hereto and made a part of these
Specifications.
13
9. INSURANCE:
The Contractor shall maintain such insurance as will protect him
from claims under workmen's compensation acts and other employee benefits
and from claims for damages because of bodily injury, including death, and
from claims for damages to property which may arise out of operations or the
work, whether such operations be by himself or by any subcontractor or any-
one directly or indirectly employed by either of them. The insurance shall
be written in companies authorized to do and doing business in Arkansas and
for not less than the following limits:
Comprehensive General Public Liability with bodily
injury limits of $ 100,000 and $ 300,000 and property
damage limits of $ 50,000;
Comprehensive Automobile Liability (owned, hired
and non-owned Vehicles) with bodily injury limits
of $ 100,000 and $ 300,000 and property damage limit
of $ 50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory.limits;
Contractual liability insurance with bodily injury
limits of $ 100,000 and $ 300,000 and property damage
limits of $ 50,000.
Certificates of such insurance shall be filed with the Engineer
before work commences under any contract or subcontract.
10. ROYALTIES AND PATENTS:
The Contractor shall pay all royalties and license fees. He shall
defend all suits or claims for infringement of any patent rights, and shall
save the Contracting authority from loss on account thereof.
11. INSPECTION:
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work done shall
at all times be subject to the inspection of the Engineer or his authorized
representative to see that it is done in accordance with the Contract
Documents.
Inspectors may be appointed by the Engineer or Contracting
Authority and their duty shall be to guard the Contracting Authority against
defects and deficiencies in the work and to see that the work is done in
accordance with the Contract Documents. Inspectors 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 done properly,
but the responsibility for the work and compliance with the Contract Documents
and all applicable laws, rules and regulations shall be the Contractor's.
Inspectors 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.
19
•
•
The inspector shall in no case act as foreman or perform other
duties for the Contractor, nor interfere with the management of the work
by the latter. Any advice which the inspector may give the Contractor
shall in no wise be construed as binding to the Engineer in any way or
releasing the Contractor from fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the Contractor fail or refuse to comply with
instructions in this respect, the Contracting Authority may, upon certifi-
cation by the Engineer, withhold payment or proceed to terminate the contract
as provided herein.
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.
12. WORKMANSHIP AND SUPERINTENDENCE:
The Contractor shall keep on this work, during progress, a competent
superintendent and any necessary assistants. The superintendent shall
represent the Contractor in his absence and all directions given to him
shall be as binding as if given to the Contractor.
The Contractor shall provide proper tools and equipment and the
service of all workmen, mechanics, tradesmen, and other employees necessary
in the execution of the work contemplated herein. The employees of the
Contractor shall be competent and willing to perform satisfactorily the
work required of them. Any employee who is disorderly, intemperate, or in-
competent, or who neglects or refuses to perform his work in a satisfactory
manner, shall be promptly discharged.
It is particularly called to the Contractor's attention that only
first-class workmanship will be acceptable.
13. POSITION, GRADIENT, AND ALIG_N.IENT:
The Engineer shall set such stakes to proper line and grade as may
be necessary for guidance of the Contractor in the proper performance of
the work, and all work must conform closely to the lines and grades given.
It shall be the duty of the Contractor and his employees to call
the Engineer's attention to any stakes which may have been disturbed or
which seem to be off line or grade.
The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless desruction, he shall
be charged with the resulting expense and shall be responsible for any mis-
takes that may be caused by their unnecessary disturbance or loss.
14. PROTECTION OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S
RESPONSIBILITY FOR DAMAGE CLAIMS:
The Contractor shall adequately protect the work, the Contracting
Authority's property, adjacent property and the public from injury, damage
or loss arising in connection with the contract or the work.
20
The Contractor shall provide and maintain all passageways, guard
fences, lights or other facilities for safety and protection required by
any public authority or local conditions.
The Contractor assumes entire responsibility and liability for
any third party claims and actions based upon or arising out of injuries,
including death to persons or damage to or destruction of property, sus-
tained or alleged to have been sustained in connection with or to have
arisen out of or incidental to the performance of this contract by the
Contractor, his agents and employees and his subcontractor, their agents
and employees, regardless of whether such claims or actions are founded in
whole or in part upon alleged negligence of the Contracting Authority,
Contracting Authority's representatives or the Engineer, or the employees,
agents or licensees thereof. The Contractor shall indemnify and hold
harmless the Contracting Authority and its representatives and the Engineer
and his representatives in respect to any such matters.
15. LEGAL RESTRICTIONS AND PERMITS:
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and adecuate
notices to those in control of all properties which may be affected by his
operations. Permits, licenses, and easements for permanent structures or
permanent changes in existing facilities will be provided by the Contractsn
Authority unless otherwise specified. The Contractor must obtain per-
mission from the Contracting Authority or other proper authority before
blockading any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply witn ail
laws, ordinances, rules, and regulations bearing on the conduct of the
work as drawn or specified.
16. ASSIGNMENTS:
No assignment by the Contractor of the contract, or any part there-
of, or of the funds to be received thereunder by the Contractor, will be
recognized unless such assignment has had the written approval of the Con-
tracting Authority, and the Surety has been gi-'en due notice of the assign-
ment in writing.
No assignment, transfer, or subletting, even though consented to,
shall relieve the Contractor of his liabilities under this Contract. Should
any Assignee fail to perform the work undertaken by him in a satisfactory
manner, the Contracting Authority may, at its option, annul and terminate
Assignee's contract.
17. OTEER CONTRACTS:
The Contracting Authority reserves the right to let other contracts
in connection with this work. The Contractor shall afford other Contractors
reasonable opportunity for the introduction and storage of their materials
and the execution of their work, and shall properly connect and coordinate
his work with theirs.
21
Whatever work being done by the Contracting Authority's forces or
by any other Contractor is contiguous to work covered by this Contract, the
respective rights of the various interest involved shall be established
by the Engineer, in order to secure the completion of the various portions
of the work in general harmony.
18. SUSPENSION OF WORK:
The Contracting Authority may at any time suspend the work or any
part thereof by giving ten (10) day's notice to the Contractor in writing;
the work shall be resumed by the Contractor ten (10) days after the date
fixed in a written notice from the Contracting Authority to the Contractor
to do so.
If the work, or any part thereof, shall be stopped by the notice
in writing aforesaid, and if the Contracting Authority does not give notice
in writing to the Contractor to resume work at a date within twenty (20)
days of the date fixed in the written notice to suspend, except in the
case of litigation, then the Contractor may abandon that portion of the
work so suspended, and he will be entitled to the estimates and payments for
all work done on the portions so abandoned, if any.
19. THE CONTRACTING AUTHORITY'S RIGHT TO DO WORK:
If the Contractor should neglect to presecute the work properly or
fail to perform any provision of this Contract, the Contracting Authority
after three (3) day's written notice to the Contractor may without prejudice
to any other remedy it may have, make good such deficiencies, and may de-
duct the cost thereof from payments then or thereafter due the Contractor.
20. THE CONTRACTING AUTHORITY'S RIGHT TO TERI.'I: AT E CONTRACT:
If the Contractor should be adjudged a bankrupt, or if he should
make a general assignment for the benefit of his creditors, or if a receiver
should be appointed on account of his insolvency, or if he should refuse or
should fail, except in case for which extension of time is provided to
supply enough properly skilled workmen or proper materials, or if he should
fail to make prompt payment to Subcontractors or for material or labor, or
-desregard laws, ordinances, or the instructions of the Engineer, or other-
wise be guilty of a substantial violation of any provision of the Contract,
then the Contracting Authority, upon the certificate 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) day's
written notice, terminate the employment of the Contractor as provided under
Paragraph 21, immediately following. In such case, the Contractor shall
not be entitled to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expense of
finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If
such expenses shall exceed such unpaid balance, the Contractor shall pay
the difference to the Contracting Authority. The expense incurred by the
Contracting Authority as herein provided and the damage incurred through
the Contractor's default, shall be certified by the Engineer.
22
Pending settlement of disputes on any point of controversy,
the Engineer may suspend action on all or any part of the work. The
Contractor shall not be entitled to any claim for loss or damage by
reason of such delay, nor shall he be entitled to extension of time,
although such extension of time may be granted by the Engineer if he
deems it in the interest of the work.
21. TERMINATION FOR BREACH:
In the event that any of the provisions of this Contract
are violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor and
the Surety of its intention to terminate such Contract, such notices to
contain the reasons for such intentions to terminate the Contract, and
unless within ten (10) days after the serving of such notice upon the
Contractor such violation shall cease and satisfactory arrangements for
correction by made, the Contract shall, upon the expiration of said ten
(10) days, cease and terminate. In the event of any such termination,
the Contracting Authority shall immediately serve notice thereof upon
the Surety and the Contractor, and the Surety shall have the right to
take over and perform the Contract, provided, however, that if the
Surety does not commence performance thereof within thirty (30) days
from the date of the mailing to such Surety of notice of termination,
the Contracting Authority may take over the work and prosecute the
same.:to completion by contract for the account and at the expense of
the Contractor, and the Contractor and his Surety shall be liable to the
Contracting Authority for any excess cost occasioned the Contracting
Authority thereby, and in such event the Contracting Authority may
take possession of and utilize in completing the work, such materials,
appliances, and plant as may be on the site of the work and necessary
therefor.
22. PAYMENTS WITHHELD:
The Contracting Authority may withhold or, on accout of
subsequently discovered evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the Contract-
ing Authority from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating
cbable filing of claims,
(c) Failure of the Contractor to make payments properly
to Subcontractor or for material or labor,
(d) Damage to another Contractor,
(e) Incomplete work
When the above grounds are removed, payment shall be made for amounts
withheld because of them.
23. DELAYS AND EXTENSIONS OF TINE:
If, at any time, the Contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees, or
by any other Contractor employed by the Contracting Authority, or by any
changes or additions ordered in the work, or for any reason beyond his control,
23
he shall within ten (10) days from the beginning of such delay notify the
Engineer in writing of the causes of any such delay. Extensions of time,
with relief from responsibility for liquidated damages incurred by the
Contracting Authority on account of such delay, will be granted the
Contractor, when, in the opinion of the Engineer, the causes so called to
his attention warrant such extensions of time. No claims for delay will
be considered unless such notice has been filed with the Engineer within
the time specified above.
The Contractor will be required to furnish the Engineer two copies
of each purchase order for materials and equipment as they are issued. If .
the Contractor shall seek an extension of time because of delay in receiving
delivery of critical materials, such extension of time may be granted when,
in the opinion of the Engineer, the extension is warranted and the delay is
in no way caused by the Contractor's financial status or by any act or
failure to act on the part of the Contractor. Failure to get items of
material or equipment not essential to the completion of those portions of
the work, which, in the opinion of the Engineer requires supervision by an
Engineer, shall not be deemed justification for waiver of liquidated damages,
however, even though such delays are beyond the Contractor's control, and
even though such items of 'material or equipment may be essential to the
actual placing in operation of a portion of all of the project. When such
items of materials or equipment are delayed for reasons beyond the Contractor's
control, he shall complete all other work within the specified construction
period.
Extensions of time, without relief from responsibility for liqui-
dated damages incurred by the Contracting Authority on account of delays,
may be granted the Contractor on account of his failure to complete the work
within the time specified.
24. ADDITIONAL, OMITTED, OR CHANCED WORK:
The Contracting Authority, without invalidating the Contract may
order additional work to be done in connection with the Contract or may alter
or deduct from the work, the Contract sum to be adjusted accordingly.
Additional work shall be done as ordered in writing by the Engineer,
-which order shall state the location, character, and amount of extra
work. All such work shall be executed under the conditions of the original
contract and subject to the same inspection and tests as though therein
included.
Compensation for additional, omitted, or changed work shall be
adjusted as follows:
Any chances in quantities of work for which unit prices are required
in the Proposal shall be at and for the price bid. Work for which prices
are not required shall be paid for or deducted, as the case may be, upon
the basis of an estimate prepared by the Contractor and approved by the
Engineer, prior to the written order changing the quantity of work.
If the Contractor claims compensation for additional work not
ordered as aforesaid, or for claims of damages sustained, he shall make a
written statement of claims for compensation or damages to the Engineer,
24
which statement shall be in the hands of the Engineer within such time as
will allow a full consideration of the basis for such claim, and in no
case later than fifteen (15) days after the work has been completed or
damages sustained. The Contractor shall furnish, if required, any accounts,
bills, or vouchers relating thereto. Unless such claims are made as re-
ruired, they shall be considered forfeited and invalid.
The Contracting Authority reserves the right to contract with any
person or firm other than the Contractor for any or all extra work. The
Contractor's attention is especially called to the fact that he shall be
entitled to no claim for damages for anticipated profits on any portion of
the work to be omitted.
25. ARBITRATION:
(a) Demand for Arbitration. Any decision of the Engineer which
is subject to arbitration shall be submitted to arbitration upon the demand
of either party to the dispute.
The Contractor shall not cause a delay of the work because of the
pendency of arbitration proceedings, except with the written permission of
the Engineer, and then only until the arbitrators shall have any oppor-
tunity to determine whether or not the work shall continue until they decide
the matters in dispute.
The demand for arbitration shall be delivered in writing to the
Engineer and the adverse party, either personally or by registered mail to
the last known address of each, within ten (10) days of the receist of the
Engineer's decision, and in no case after final payment has been accented.
If the Engineer fails to make a decision within a reasonable Lime, a demand
for arbitration may be made as if his decision had been rendered against
the demanding party.
(b) Arbitrators. No one shall be nominated or act as an arbitra-
tor who is in any way financially interested in this Contract or in the
business affairs of the Contracting Authority, or the Contractor, or the
Engineer, or otherwise connected with any of them. Each Arbitrator shall
be a person in general familiar with the work or the problem involved in
the dispute submitted to arbitration.
Unless otherwise provided by controlling statutes, the parties may
agree upon one arbitrator; otherwise there shall be three, one named in
writing by each party to this Contract, to the other party, and the third
chosen by those two arbitrators.
If there be one arbitrator, his decision shall be binding; if
three, the decision of any two shall be binding in respect to both the
matter submitted to and the procedure followed during the arbitration.
Such decision shall be a condition precedent to any right of legal action.
(c) Arbitration Procedure. The arbitrators shall deliver a
written notice to each of the parties and to the Engineer, either personally
or by registered mail to the last known address of each, of the time and
place for the beginning of the hearing of the matters submitted to them.
25
Each party may submit to the arbitrators such evidence and arguments as he
may desire and the arbitrators may consider pertinent. The arbitrators
shall, however, be the judges of all matters of law and fact relating to
both the subject matters of and the procedure during arbitration and shall
not be bound by technical rules of law or procedure. They may hear
evidence in whatever form they desire. The parties may be represented
before them by such persons as each may select, subject to the discipli-
nary power of the arbitrators if such representative shall interfere with
the orderly or speedy conduct of the proceedings.
Each party, and the Engineer, shall supply the arbitrators with
such papers and information as they demand, or with any witness whose move-
ments are subject to their respective control, and upon refusal or neglect
to comply with such demands, the arbitrator may render their decision
without the evidence which might have been solicited therefrom, and the
absence of such evidence shall afford no ground for challenge of the award
by the party refusing or neglecting to comply with such demand.
The submission to arbitration (the statement of the matters in
dispute between the parties to be passed upon by the arbitrators) shall be
writing duly acknowledged before a notary. Unless waived in writing by
both parties to the arbitration, the arbitrators, before hearing testimony,
shall be sworn by an officer authorized by law to administer an oath,
faithfully and fairly to hear and examine the matters in controversy and to
make a just award according to the best of their understanding.
The arbitrators, if they deem the case demands it, are authorized
to award to the party whose contention is sustained such sums as they
shall consider proper for the time, expense, and trouble incident to the
arbitration, and if the arbitration was demanded without reasonable cause,
damages for delay, and other losses.
The award of the arbitrators shall be in writing and acknowledged
like a deed to be recorded, and a duplicate shall be delivered personally
or by registered mail forthwith upon its rendition, to each of the parties
to the controversy and to the Engineer. Judgement may be rendered upon
the award by the Federal Court or by the highest State Court having juris-
diction to render same.
The award of the arbitrators shall not be open to objection on
account of the form of the proceedings or the award, unless otherwise
provided by the controlling statutes. In the event of such statutes pro-
viding on any matter covered by this Article otherwise than as herein-
before specified, the method of procedure throughout and the legal effect
of the award shall be wholly in accord with said statutes, it being the
intention hereby to lay down a principle of action to be followed, leaving
its local application to be adapted to the legal requirements of the
jurisdiction having authority over the arbitration.
The Engineer shall not be deemed a party to the dispute. He is
given the right to appear before the arbitrators to explain the basis of
his decision and give evidence as they may require.
26. REFERENCE TO MANUFACTURER OR TRADE NAMES:
Whenever a material, article or piece of equipment is
identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue numbers, etc. ,
it is intended merely to establish a standard; and, any material,
article, or equipment of other manufacturers and vendors which will perform
adequately the duties imposed by the general design will be considered
equally acceptable provided the material, article, or equipment so proposed,
is, in the opinion of the Engineer, of equal substance and function. It
shall not be purchased or installed by the contractor without the Engineers'
written approval.
27. USE OF COMPLETED PORTIONS:
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the time for completing the entire work
on such portions may not have expired; but such taking possession and use
shall not be deemed an acceptance of any work not completed in accordance
with the Contract Documents. If such prior use of completed portions
increases the cost of, or delays the work, the Contractor shall be entitled
to such extra compensation or extension of time, or both, as the Engineer
may determine.
The Contracting Authority, in taking possession of completed
portions, shall agree to accept the decision of the Engineer, on matters
relating to responsibility for damages that may occur to any portion of
the work during the period of possession preceding acceptance and final
payment.
28. ACCEPTANCE AND FINAL PAYMENT:
As soon as the work has been substantially and satisfactorily
completed, the Engineer will make a final estimate stating that the work
provided for under this Contract has been completed and is accepted by •
him under the terms and conditions thereof, with qualifications, if any,
as stated. If certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is substantially
completed, the Engineer is authorized to determine the amount which in his
opinion is required for completion and/or correction of the work, and such
amount may be withheld from the final payment to the Contractor, pending
the completion and correction as required. The balance found to be due the
Contractor shall be paid by the Contracting authority within forty (40)
days after the date of the final estimate. Prior to filing for final
estimates, the Contractor shall file with the Engineer a receipt in full
from each manufacturer, subcontractor, dealer and supplier for all equipment
and material used on the work and a complete release of all liens which may
have arisen from this Contract. In lieu thereof, the Contradtor shall file
statements showing balance due or claimed on all accounts and the Contracting
Authority shall have the right, if it so elects, to withhold sufficient
money to pay such balances until receipts in full or satisfactory evidence
of final determination are filed with the Engineer who may then make
the final estimate.
27
•
The making and acceptance of the final payment shall
constitute a waiver of all claims by the Contracting Authority, other than
those arising from incomplete or uncorrected work, unsettled liens, or
from faulty workmanship or materials, and of all claims by the Contractor,
except those previously made and still unsettled.
If the work has been partially but substantially completed
to the extent that all adjustments in the Contract sum may be made, the
Engineer may, if material delay in completion is anticipated or if
otherwise deemed in the interest of the work, make the final estimate,
retaining, in addition to other requirements which may be specified
under payments, an amount representing the cost of unfinished work.
Such payment shall be under the terms and conditions governing final
payment.
Neither the making of the final estimate, or final payment,
shall relieve the Contractor of his responsibility for faulty materials
or workmanship, and he shall remedy any defects and pay for any damage
resulting therefrom which shall appear within a period of one (1) year
from the date of substantial completion. The Owner shall give notice of
observed defects with reasonable promptness, and all questions arising
under this paragraph shall be decided by the Engineer.
29. PAYMENTS TO CONTRACTOR:
The Engineer will on or about the Twentieth (20th) day of
each month make an estimate of the work done. As soon thereafter as
possible, and as soon as the Contractor has filed receipted bills showing
that he has paid the previous month's bills, the Contractor will be paid
seventy (70) percent of the value of work in place, plus ten (10) percent
for that portion of the work accepted for beneficial occupancy, plus (20)
percent of the value of work that has been properly cleaned up, plus
fifty (50) percent of the value of the materials on the job site but
not in place (figured from the Contractors Paid invoices) , minus amounts
previously paid. A final estimate will be made following the final
inspection as provided under paragraph 28, after which time and within a
period of forty (40) days, the Contractor will be paid the full amount of
the contract price, less amounts previously paid. Payment will be made
only for the actual quantities installed.
The Contracting Authority may withhold or, on account of sub-
sequently discovered evidence, nullify the whole or part of any certificates
to such extent as may be necessary to protect the Contracting Authority
from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating probable filing of
claims, .
(c) Failure of the Contractor to make payments properly to Sub-
contractor or for material or labor,
(d) Damage to another Contractor,
(e) Incomplete work.
When the above grounds are removed, payment shall be made for amounts
withheld because of them.
30. SHOP AND ERECTION DRAWINGS:
The Contractor shall furnish the Engineer with triplicate
copies of all shop and erection drawings for approval. These drawings
shall include the drawings prepared on structural and reinforcing steel,
special layout drawings of equipment or machinery purchased under this
Contract, and other supplementary drawings required in the prosecution
of the work. One copy shall be returned to the Contractor and two
copies retained by the Engineer for field and office reference. The
approval of such drawings by the Engineer does not constitute an
acceptance of responsibility of their accuracy.
31. LABORATORY TESTS:
All material entering into the work is subject to various
tests as may be required by the specifications. The cost of all such
tests shall be the responsibility of the Contractor furnishing such
material.
The Contractor shall also bear the cost of any tests arising
out of his desire to use materials which may be questionable in the
opinion of the Engineer.
32. DRINKING WATER AND SANITARY FACILITIES:
The Contractor shall provide safe drinking water for his
workmen during the construction period. The water shall be delivered
through a spigot, angle jet fountain, or other approved device. Common
drinking cups will be prohibited.
The Contractor shall furnish adequate sanitary facilities
for workmen in the work area during the construction period.
33. CONSTRUCTION SAFETY:
Throughout these specifications, whenever engineering
decisions are to be made to ensure adequate construction in accordance
with the plans and specifications, such inspection and engineering
decisions are not to be construed as supervision of the Contractors'
work force, nor make the Engineer responsible for providing a safe place
for the performance of the work by the Contractor or the Contractors '
employees or those of the suppliers, his subcontractors, nor for access,
visits, use, work, travel, or occupance by any person, as these responsi-
bilities are covered under the provisions of the contract, the
Contractors insurance and performance bond and cannot be the responsi-
bility of the Engineer.
The above provision does not prevent the Engineer or his
29
•
personnel from requiring reasonable safety standards, if, in the
course of their technical supervision, it comes to the attention of
the Engineer that reasonable safety standards are not being carried
out.
30
DETAILED SPECIFICATIONS
PART I - CONTRACT STIPULATIONS
I-1 SPECIFICATIONS:
These detailed specifications are drawn with the object of securing
first class workmanship and materials throughout the work embraced in this
contract, and of securing completed structures properly and well constructed
• with regard to all local conditions .
Both the Construction Specifications and the Material Specifications
are Standard Specification and are subject to modification in this section
or on the Plans. Where notes on the Plans are in direct conflict with the
Standard Specifications, the notes on the Plans shall govern.
The following are exceptions to the Standard Specifications:
(1) Rock will not be paid for separately on this job. Any anticipated
rock excavation shall be in the Unit Prices given in the proposal .
(2) The cost of all concrete shall be included in the appropriate
unit price for pipe or encasement and none shall be paid for
separately.
I-2 EXTENT OF WORK:
It is mutually agreed and understood that the contractor will
furnish all tools , labor, equipment, materials, and supplies required to
be furnished, and will construct complete all work shown on the Plans and
in these Specifications.
The Work consists of: Replacing water lines as indicated
on the Plans and Specifications .
Furnish all labor and materials required to be furnished to construct
the waterlines, encasements , and valve installations as shown on the Plans .
I-3 LIST OF PLANS:
The Plans are bound separate from the specifications and are
generally titled Company Street, Ed Edwards Road, Dead Horse Mtn. Road,
Gregg Avenue and Sutton Street.
DESCRIPTION SHEET NO.
Vicinity Map & Index 1
Plans 2-6
31
I-4 LANDS AND RIGHTS-OF-WAY:
The Owner will provide all permanent easements or permits actually
required for the construction of the work in all Schedules .
The Contractor shall lease, buy, or make satisfactory provisions,
without obligation to the Owner, for all other temporary land easements
or rights-of-way which he may require for access or storage of materials
or equipment.
32
DETAILED SPECIFICATIONS
PART II - CONSTRUCTION SPECIFICATIONS
II-1 PLANNING AND EXECUTION OF THE WORK:
The construction work included under these specifications
shall be so planned and executed that the various portions of the work will
be carried on concurrently and the whole completed within the time allowed.
Water main connections requiring shut-down of water service
to users shall be coordinated through the City Engineer.
II-2 EXCAVATION - GENERAL:
All excavation shall be carried accurately to the line and
grade shown on the Plans and established by the Engineer. When excavation
is carried below or beyond that required, the space shall be filled for
compacted SB-2. No claim for additional compensation shall be made for
such backfilling of excess excavation unless the Contracting Authority or
its agent is responsible for the error.
When necessary to protect the laborers, the work, or adjacent
property, the Contractor shall provide and install shoring. Such shoring
shall remain in place until the backfill has proceeded to a point where it
can be safely removed, except that, if in the opinion of the City Engineer
damage is liable to result from withdrawing shoring, it shall remain in
place.
II-3 EXCAVATION - TRENCHES FOR WATER MAINS:
Trenches for water lines shall be the width and depth necessary
for the proper installation of the pipe. All pipe lines shall be laid in
trenches of such depth as to provide a minimum cover of thirty-six inches
over the top of pipe barrel unless otherwise shown on the Plans. Contractor
shall increase depth as necessary for crossing other pipe lines and to provide
required cover for valves and valve boxes . Trench will be deepened to the
extent necessary so as not to exceed the maximum permissible deflection of
the pipe being installed, with maximum permissible deflection being as
recommended by the pipe manufacturer.
Width of pipe trench for all water lines shall be adequate for
the installation of the pipe and make-up joints, but in no case shall the
width of the trench at the top of the pipe be wider than the outside diameter
of the pipe plus two (2) feet.
The bottom of the trench shall be accurately graded so that the
pipe will be in continuous and uniform contact with and have a longitudinal
bearing on undisturbed soil for the full length of the pipe, except for such
distance as necessary for adequate bell holes and proper sealing of the
pipe joints.
DS-3
If the soil at the bottom of the trench is mucky or if the
subgrade is too soft to properly support the pipe, the Contractor shall
excavate below the lower extremity of the pipe as directed by the Engineer,
and place a cushion of sand, gravel , or crushed stone thoroughly tamped into
place to receive the pipe. Material used for this purpose shall be SB-2.
II-4 EXCAVATION - ROCK IN TRENCHES:
Rock excavation shall be defined as solid rock in formation
which cannot be excavated efficiently by adequate power shovels or excavators
of recognized standard manufacture in good condition and adequate size, well
handled by skilled operators; and boulders or pieces of detached rock, which
may be embedded in materials not classed as rock, exceeding ten (1) cubic
feet in volume.
The term "excavated efficiently" as used in this Specification
shall mean that where formation rock can be excavated at a lower cost per
cubic yard of useful excavation by blasting, barring, or wedging, it shall
be so excavated and will be classified as rock. ..
The Contractor's attention is called to the fact that a shale
formation exists in Fayetteville that generally can be dug and, therefore
this material will not be classified as rock except where it cannot be
efficiently excavated as defined above.
The volume of rock excavation shall be determined by the
horizontal measurement of length of trench in which rock occurs, the vertical
measurement of depth of rock and a width of "D" . "D" shall be the nominal
diameter of the pipe plus 15 inches, but not less than 24 inches.
II-5 EXCAVATION - CLASSIFICATION, MEASUREMENT AND PAYMENT:
All excavation not classed as rock shall be classed as
common excavation.
The volumes of rock excavation shall be determined per Section
II-4 of these Specifications. Rock excavation shall be paid for at the unit
contract price given in the Proposal .
The cost of all common excavation in trenches for water mains
shall be included in the contract unit price for pipe and shall not be paid
for separately. All rock excavation in trenches for water mains shall be
measured and paid for as rock excavation.
II-6 BLASTING:
Blasting will be permitted only when proper precautions are
taken for the protection of persons, the work, and adjacent property; and
any damage done to the work or property by blasting shall be repaired by
the Contractor at the Contractor's expense.
DS-4
All operations involving the procurement, handling, use, and
storage of explosives shall be in full compliance with applicable State and
Federal statutes and regulations.
Blasting will be done only after securing written permission
from the City Engineer's office.
The Contractor shall be liable for all injuries or deaths to
persons or damage to property caused by blasts or explosions .
The attention of the Contractor is called to Section 9 of
the General Conditions of the Specifications entitled "Insurance".
The cost of all work under this Section shall be included in
the Contract unit price for rock excavation and will not be paid for separately.
II-7 BACKFILLING:
All trenches shall be backfilled .immediately after the pipe is
laid using methods that will not disturb the pipe. Material used for backfilling
shall consist of the excavation or borrow of sand, gravel , or other material
approved by the Engineer, and shall be free of trash, lumber and other debris.
After the pipework has been approved, trenches shall be backfilled
with fine, loose earth free from clods or stones larger than three (3) inches in
any dimension, and of proper moisture content. This selected material shall be
carefully deposited by hand in layers not to exceed four (4) inches in thickness
on both sides of the pipe and thoroughly and carefully rammed around the pipe
until the backfill has been brought up to the springline of the pipe. The back-
fill shall then continue without tamping but with same material , placed by hand,
to a point at least twelve (12) inches above the top of the pipe. If the
excavation is not suitable for this purpose, as determined by the Engineer, then
SB-2 shall be used for this operation. The remainder of the backfill may then be
backfilled by any approved method which will not injure or disturb the pipe.
Trenches outside the public right-of-way will be neatly graded up
and left slightly "over-full " so that subsequent settlement will leave the route
level with the surrounding terrain. Trench on public property shall be filled
and refilled as necessary to provide a smooth, well-graded appearance.
All backfill shall be settled and consolidated until further
settlement will not occur. It is the intent of this Specification that the
Contractor shall be responsible for settlement of backfill in all work covered
herein. He shall refill trenches as often as necessary to bring them back to
original grade, and during that period settlement is occuring shall refill them
often enough to avoid hazardous conditions or inconvenience.
All excavated material which is unsuitable, or not needed for
backfill shall be wasted or disposed of to the satisfaction of the Engineer.
Surfaces shall be cleaned up, all hummocks and piles smoothed down and the
surface left neat and workmanlike. Where existing drainage ditches are
disturbed or obstructed with excavated material , such material shall be
entirely removed and the ditch left true to original line and grade. Street
shoulders shall be restored to their original contours.
DS-5
All roadways and driveways shall be backfilled with SB-2 up to
the road surface. The roadway and driveway surface shall then be replaced as
called for elsewhere in these Specifications.
The attention of the Contractor is called to a separate Section
in these specifications concerning crossing lawns.
SB-2 shall be measured and paid for as subgrade material at the
unit contract price given in the proposal .
The cost of all other work described in this section shall be
included in the unit contract price for the installation of pipe and shall not
be paid for separately.
Water for flooding trenches shall be furnished free of charge
by the City of Fayetteville.
II-8 HANDLING AND LAYING OF WATER PIPE:
In the transportation, unloading, and handling of water pipe,
the pipe shall not be dropped, let roll and collide with another pipe, or be
subjected to any unnecessary jar, impact, or other treatment that might crack
or otherwise damage the pipe.
Before laying pipe in trench, the bottom of the trench shall be
carefully graded and prepared and bell holes excavated so the pipe shall have
a uniform support along its entire length, except at bell holes , and shall
not be allowed to rest on hard supports through a portion of its length only.
All pipe shall have at least 36 inches of cover, unless otherwise shown on the
Plans.
Deflections from a straight line or grade, as required by vertical
curves, horizontal curves, or offsets, shall not exceed 6/D inches per linear
foot of pipe, where D represents the nominal diameter of the pipe expressed in
inches , between the centerlines extended between any two connecting pipes.
If the alignment requires deflections in excess of these limitations , special
bends, or a sufficient number of shorter lengths of pipe shall be furnished
to provide angular deflections within the limit set forth above, as approved
by the Engineer.
The inside of the pipe and all parts involved in jointing shall
be cleaned of all dirt, mud, grease, and other foreign material before the
pipe is laid or the joint started. Ends of pipe shall be temporarily plugged
at the close of each day's work.
In laying mechanical joint or 'push-on' joint pipe, the
manufacturer's recommendations for securing good joints shall be rigidly
followed. The laying of the pipe shall be done in accordance with applicable
AWWA Standards.
DS-6
Adequate backing blocks of Class "B" concrete shall be
provided at all points of unbalanced pressure, such as bends, tees, or wyes as
shown on the Plans in such a manner that all joints between pipe and fittings
aee accessible for repair.
Pipe shall be measured and paid for as pipe for water mains at
the appropriate unit contract price given in the Proposal .
Class 'B' Concrete shall be measured as the actual amount
placed and paid for at the unit contract price as given in the Proposal .
The cost of all other work required under this section shall
be considered subsidiary to the laying of pipe or the placement of concrete
and shall be included inthe appropriate unit price.
II-9 CROSSING AND PARALLELING EXISTING UTILITY LINES:
The construction of water lines will necessitate the crossing
and paralleling of existing utility lines, including water mains and services
and natural gas mains and services. The known locations of such utility mains
are shown in their approximate position on the Plans, but utility service
lines are not indicated on the Plans.
The owners of the utility lines shall be notified before any
crossing is made or other work initiated that may disturb a utility line
or interrupt service to a customer. The Contractor is referred to that section
of the General Conditions of these Specifications where the Contractor's
responsibilities for utility crossings is stated.
The cost of all work under this section will be included in
appropriate contract unit prices , and none will be paid for separately.
II-10 CROSSING BURIED TELEPHONE CABLE:
The location of buried telephone cable is shown approximately
on the Plans as determined from telephone company markers indicating the location
of the cable.
The Contractor will exercise extreme caution in approaching
the location of buried cable. Contractor shall notify the Southwestern Bell
Telephone Company (Dial 4102 in Fayetteville) and wait until a representative
of the telephone company is on the job site to locate buried cables. The
Contractor will not attempt to locate or uncover cable without a representative
of the telephone company present.
The cost of all work under this Section will be included in
appropriate contract unit prices, and none will be paid for separately.
DS-7
II-11 CUTTING AND REPLACING SPECIAL SURFACES:
Whenever it becomes necessary in excavating for trench to disturb
special surfaces, such as paved or gravel streets, drives, walks, or parking
areas, the original surface shall be restored after completion of the backfill
operation. In these instances, special care shall be used in making the backfill
to eliminate future settlement. The surface shall be restored using the same
type of surfacing materials that were used in the original surfacing.
Backfill of trench lying within roadways shall be in strict
accordance with the applicable provisions as stated in Section II-7 of these
Specifications. The condition of the backfill , with special regard to the
degree of compaction, shall be checked and approved by the Engineer before
any surfacing is placed over the backfill .
The replacement of special surfacing shall follow as soon
as practical after the completion of the backfilling operation so as to
restore the roadway to its original condition and traffic capacity. If in
the opinion of the Engineer the replacement of surfacing is lagging, he may,
at his discretion, stop the pipe laying operation until the replacement of
surfacing proceeds in a satisfactory manner.
Immediately prior to replacing asphalt or concrete pavement or
surfacing, a chalk line shall be made along both sides of the trench at the
proper width, and the pavement trimmed, along a straight and vertical line.
No claims u:ill be allowed for additional width of pavement cut and replaced
occasioned by this requirement. The quanitity of asphalt and concrete
pavement cut and replaced will be determined by the horizontal length of
pavement actually cut and replaced measured along the centerline of the trench
multiplied by a width of thirty-six (36) inches, except that where a width
greater than thirty-six (36) inches is required and authorized by the Engineer,
the actual width of pavement cut and replaced shall be used in determining
the quantity of pavement cut and replaced.
In gravel surfaced streets or parking areas, the gravel will be
disturbed in excavating for sewer trench. After the backfill has been so placed
that no further appreciable settlement will occur, gravel surfacing shall be
replaced to the same compacted thickness as the original surfacing. During
construction operations, the gravel on the remainder of the street not
occupied by the trench may be disturbed and covered with dirt from the
excavation. After completion of the backfill , such dirt shall be removed as
completely as possible and additional gravel placed on the street as directed
by the Engineer until the street is satisfactorily restored to its
original condition.
Gravel surfacing cut and replaced will be paid for at the
appropriate contract unit price as given in the Proposal . Contract unit
prices shall be inclusive of materials, placement, and all work incidental
thereto.
DS-8
•
II-12 CROSSING LAWNS:
- The following shall apply to all lines crossing lawns , as
designed on the Plans. After settlement has occurred, the disturbed areas
shall be dressed out with three (3) to four (4) inches of top soil . The
dressed out areas shall then be seeded with the appropriate grass or grass
mixture.
If lawns, bushes and small trees are likely to be damaged by
the work, they shall be taken up ahead of construction. They shall be
properly protected until such time that they can be re-set.
It is the intention of this specification that lawns be
restored as closely as possible to their original condition. The cost of all
work under this section shall be included in the appropriate unit price for
pipe and shall not be paid for separately.
II-13 TESTING AND STERILIZING WATER MAINS:
Water mains shall be subject to 200 psi test as herein specified.
All lines shall be backfilled and concrete backing installed at points of
unbalanced pressure prior to the initiation of any pressure test.
Each valved section of the pipe lines as selected by the Engineer
for test shall be slowly filled with water. Before applying the test pressure
for 200 psi , all air shall be expelled from the pipe by blowing-off at fire
hydrants. If necessary to properly expel air prior to test, Contractor will
tap lines at high points with corporation stops .
Each section of pipe line to be tested shall be subjected to
200 psi test pressure, based on the elevation of the lowest point in the line
or section of line under test and corrected to the elevation of the test
gauge. Duration of 200 psi test shall be for at least two (2) hours in all
cases.
Pressure shall be applied to the line by means of a pump,
pipe connections, and all other necessary apparatus for applying pressure and
measuring the resultant leakage from the line under test. All such apparatus
shall be furnished by the Contractor. All necessary taps will be made by City
forces at the expense of the Contractor. Pressure will be measured with
gauges as furnished by the Engineer.
While the pipe being tested is under pressure, it shall be
walked to check for leakage appearing at the surface of the ground or from
any exposed valves or other appurtenances.
In conjunction with the 200 psi pressure test, a leakage test
shall be performed. Contractor shall provide necessary meter or pumping
reservoir or other satisfactory means of determining the amount of water
pumped into the line to sustain the specified test pressure of 200 psi .
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 the specified
leakage test pressure of 200 psi after the air in the pipe has been expelled
and the line filled with water.
DS-9
Leakage shall be no more than that allowed by AWWA specifications .
All pipe lines shall be checked for leaks and deficiencies,
repaired, and retested if necessary until they pass the above specified leakage
test for the size and type of pipe installed.
Even though pipe lines may pass the leakage test, any leaks
apparent at the ground's surface, any leaking joints, fittings, or appurtenances
that are detected shall be repaired to the satisfaction of the Engineer.
All new water line extensions will be sterilized with chlorine
before being accepted by the Owner and placed into service•. Sodium or
calcium hypochlorite (HTHO or chlorine gas may be used in such amounts as
to provide a dosage of not less than 50 parts per million in the piping
being sterilized. The sterilizing agent may be introduced in any manner so
as to provide uniform distribution along the pipe line. All in-line valves
in water lines being sterilized shall be opened and closed several times
during the sterilizing period. Contractor will use extreme caution to be
certain that strong sterilizing agent is not flushed back into any part of the
water distribution in such a manner that it reaches water consumers. Following
a contact period of at least 24 hours the heavily chlorinated sterilizing
water shall be completely flushed from all pipes, and the pipes rinsed and
thoroughly flushed with large quantities of clear water. Samples shall be
taken from all water line extensions as directed by the Engineer and analyzed
for bacterial purity by the State Department of Health . The sterilizing process
shall be repeated as necessary until all samples indicate that the water is
safe and approved by the State Department of Health. Resterilization of the
water lines at the Contractor's expense shall be required if State Department
of Health approval has not been received after three weeks of testing.
Water for all sterilizing and testing operations will be
furnished the Contractor by the Owner at no cost to the Contractor.
The cost of all sterilizing and testing operations including
pipe taps, sterilant, any temporary valves or caps , test pumping and equipment,
and all work incidental thereto will be included in the unit contract pricEs
for pipe, and no separate payment will be made for testing and sterilizing
water line extensions.
II-14 CROSSING FENCES:
The installation of lines will necessitate crossing several
fences as shown on the Plans .
Fences will be repaired by the Contractor so as to be equal or
better than their original condition prior to construction. Before cutting
fences, adequate horizontal bracing will be installed in the fence on each side
of the cut so as to maintain the tension in the fence wire. Replacement of
fence shall be in a workmanlike manner, and wire shall be stretched tight and
adequately secured to posts by means of 1 inch fencing staples. If necessary
to accomplish proper closure, the Contractor shall furnish and install new
fencing, posts, wire, etc. to properly restore the fence. Materials shall
be of equal quality and size to those as originally installed.
DS-10
•
The Contractor shall be responsible for temporary fencing, gates,
gaps, etc. , as necessary to maintain fences in a stockproof condition during
the construction of the pipe line until permanent fence repairs can be
accomplished. He shall take all necessary precautions and will assume full
responsibility to insure that livestock does not stray or gain entry to
cropped areas or to public roads.
The cost of fence repairs in all Schedules will be included in
the unit contract prices for pipe, and no separate payment will be made for
crossing and repairing fences .
II-15 INSTALLATION OF FIRE HYDRANTS:
Fire hydrants shall be properly located with respect to
property line and streets, and shall be set at proper elevation, truly
plumbed and properly oriented. Hydrants shall be set upon a slab of stone
or concrete four (4) inches thick and not less than fifteen (15) inches
square. Hydrants shall be backed with Class "6".. concrete to prevent the
hydrant from blowing off the lead. Hydrants shall be set with at least three
(3) cubic feet of crushed stone or washed gravel at the base to serve as
drainage.
Fire hydrant extensions shall be used as necessary to bring
fire hydrants up to grade.
Fire hydrants will be measured as the unit installed, at the
appropriate unit price as given in the Proposal .
The cost for all other work under this Section will be included
in the unit price for installation of fire hydrants and shall not be paid
for separately.
II-16 CONNECTION TO EXISTING WATER LINE:
Connection to the existing water line shall be made at the
location and in the manner shown on the Plans. When water service must be
discontinued to make a tie-in, the Contractor shall notify all affected
customers 24 hours in advance and estimate the time required to restore
service.
The cost of all work associated with tying-in shall be
included in the unit price for the installation of pipe and shall not be
paid for separately.
II-17 INSTALLATION OF VALVES:
All valves will be set with operating stems set in true
vertical positions. Valve boxes shall be adjusted so that the cover
conforms to the adjacent grade.
All costs incidental to the installation of valves shall be
included in the contract unit price for valves .
DS-11
II-18 CONCRETE:
All concrete shall be composed of the materials described in
Paragraphs 4, 5, and 6, Part III, and shall be proportioned by weight in
such manner as to obtain a plastic workable mix. All concrete shall be
Class "B" as shown on the Plans.
Class "B" concrete shall contain not more than seven (7) gallons
of water to the sack of cement, including the water in the aggregates, and
not less than five (5) sacks of cement per cubic yard of concrete, and have
a twenty-eight (28) day compressive strength of at least twenty-five hundred
(2500) pounds per square inch.
Concrete shall be mixed in an approved mixer for not less than
one and one-half (12) minutes after all materials are in the drum and shall
be deposited within thirty (30) minutes after mixing. Hand-mixed concrete
will not be allowed.
In placing concrete, care shall be taken that the freshly
placed mass is so placed and vibrated that there. is no tendency for the
coarse aggregate to segregate from the mortar.
All concrete shall be properly protected from too rapid
curing or from freezing while green.
The cost of all work in this section shall be included in
the unit contract price for Class "B" Concrete and shall not be paid for
separately.
II-19 CLEANING UP:
After the construction work is completed, all refuse and debris
resulting from the work shall be cleaned up and disposed of to the satisfaction
of the Engineer. All excess excavation, waste concrete, piping, lumber, other
refuse shall be removed from the site of the work and the site leveled, graded,
and dressed up until it is neat, smooth, and workmanlike.
It shall be specifically understood that the clean up operation
shall be maintained as closely as possible to the pipe laying operation. If,
in the opinion of the Engineer, the clean up operation is not being maintained
satisfactorily, he may interrupt the pipe laying operation until such clean up
is completed to his satisfaction.
The cost of all work under this section shall be included in the
lump sum contract price and will not be paid for separately.
II-20 CLEARING:
Clearing operations will be required in the execution of
various portions of the work.
Clearing shall be no more than actually required for installation
of the line. Uo indiscriminate destruction of trees will be tolerated. Within
lawn areas, bushes and small trees will be taken up and protected until
DS-12
construction is completed in the area. They shall then be re-set.
No open burning will be allowed. All trees and brush will
be hauled off to a disposal site approved by the Engineer.
The cost of all work under this section shall be included in
the appropriate unit cost for pipe and shall not be paid for separately.
The Contractor, by personal inspection, should satisfy
himself on the exact amount of clearing that may be required.
DS13
t.Xo ,DS14)
DETAILED SPECIFICATIONS
PART III - MATERIAL SPECIFICATIONS
III-1 GENERAL:
All materials shall be in compliance with the latest revisions
of the ASA or AWWA Specifications noted.
The Engineer retains the right to reject any materials or
items not specifically covered in the Plans or Specifications .
III-2 DUCTILE IRON PIPE FOR WATER MAINS:
Pipe shall be Class 51 Ductile Iron Pipe, designed and
manufactured in accordance with applicable AWWA Standards.
Fittings shall be designed in accordance with ASA A 21. 10-1971
/AWWA C110-71. All fittings shall be Class 250 and shall be MJ. this
mechanical joint shall conform in all respects to ANSI A21. 11/AWWA C111.
All pipe and fittings shall be bituminous coated outside and
standard cement lining inside in accordance with AWWA C 104-74/ASA A21.4.
Pipe shall have Type II (push-on) joints , except that 6"
pipe for hydrant leads shall be MJ. Push-on joint and mechanical rubber
gaskets shall conform to ANSI A21. 11-1972/AWWA C111-72.
III-3 PVC PIPE FOR WATER MAINS:
Plastic pipe shall be designed and manufactured in accordance
with AWWA Specification C-900-81. All plastic pipe shall be designed for
200 psi working pressure and shall have the same outside diameter as
ductile iron pipe.
Plastic pipe 1/2 inch through 3 inches shall be designed
and manufactured in accordance with AWWA Specification C901-78 for 200 psi
working pressure.
III-4 RETAINER GLANDS':
Retainer glands shall be ductile iron.
DS-15
III-5 CONCRETE AGGREGATES:
Fine aggregate shall consist of sand or other approved inert
material with similar characteristics, having hard, strong, durable particles
not more than one (1) percent by weight of clay lumps or three (3) percent by
width of material removed by decantation. Mortar specimens made with the
fine aggregate shall have a compressive strength at twenty-eight (28) days
of not less than ninety (90) percent of the strength of similar specimens
made with Ottawa sand having a fineness modulus of 2.40+0. 10. Fine aggregate
shall have a fineness modulus of not less than 2.40 and not more than 3.00
and the variation in modulus shall be limited to +.20 from the average of
all tests.
Gradation shall fall within the following requirements:
TOTAL PASSING PERCENT BY WEIGHT
No. 4 Sieve 95 - 100
No. 16 Sieve 35 - 75
No. 50 Sieve 10 - 25
No. 100 Sieve 2 - 8
Coarse aggregate shall consist of crushed stone, gravel , or
other inert material of similar characteristics, having clean, hard, strong,
durable, uncoated particles with not more than five (5) percent by weight of
soft fragments, one-fourth (1/4) percent by weight of clay lumps , and one ( 1)
percent by weight of material removed by decantation, except that when the
material removed by decantation consists essentially of crushed dirt the
maximum amount permitted may be increased to one and one-half (11Z) percent
by weight. Coarse aggregate may be either of two sizes, 1'2 inch and smaller
or 3/4 inch and smaller, and shall be graded within the following requirements :
PERCENT PASSING BY WEIGHT
Maximum size mesh screen (sq. mesh) 97 - 100
Half-maximum size mesh screen (sq. mesh) 40 - 70
No. 4 Sieve 0 - 6
III-6 CEMENT:
Portland cement shall conform to the requirements of the
Standard Specifications for Portland Cement, ASTM Designation C 150, Type 1.
Masonry cement shall conform to the requirements of the Standard
Specifications for Masonry Cement, ASMT Designation C 91.
DS-16
III-7 WATER:
Water for mixing concrete shall be clean and free from injurious
amounts of oils, acids, alkalies , salt, organic matter, or other deleterious
substances. Test specimens of mortar made from the materials and the water
to be used shall develop not less than ninety-five (95) percent of the seven
(7) day tensile or compressive strength of the same materials and distilled
water.
III-8 GATE VALVES:
Gate valves shall be equal to the Mueller resilient seat
gate valve as manufactured by the Mueller Company and shall be designed for
a working pressure of 200 psi and a test pressure of 400 psi . Valves shall
have 0-ring seals and non-rising stems . Valve shall open left (counter-
clockwise) and shall have mechanical joint ends .
III-9 VALVE BOXES:
All buried gate valves shall be furnished with suitable cast
iron valve boxes. Boxes shall be two-piece, Buffalo type with 51/4" shaft.
Boxes shall be screw or telescoping type, complete with lid, and of adequate
length for the installation. Boxes shall be similar or equal to Mueller H-10360.
III-10 FIRE HYDRANTS:
All fire hydrants shall be Improved AWWA type fire hydrants
with a 51" valve opening. Nozzle threads shall be National Standard. Hydrants
shall open "Left" by means of a 14" pentabonal operating nut. Hydrant shall
be finished with red lead primer only.
Hydrants shall be furnished with 6 inch mechanical joint inlets
for cast iron pipe. Bury shall be 42 inches . Hydrants shall be Mueller Improved
Hydrant No. A-24015, or approved equal .
After installation fire hydrant barrels shall be painted with
paint containing reflectorized glass beads (3M Company7216 paint, or
approved equal ) .
DS-17
III-10 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR:
Gravel for subgrade shall be SB-2 and shall conform to the
following specifications:
SIZE OF SIEVE PERCENT BY WEIGHT
TOTAL RETAINED
12" 0
1" 0
3/4" 10 to 50
#4 50 to 75
TOTAL PASSING
#40 10 to 30
#200 - 3 to 10
The fraction passing the #200 sieve shall not be greater than
two-thirds the fraction passing the #40 sieve. The fraction passing the
#40 sieve shall have a liquid limit not greater than twenty-five and a
plasticity index not greater than six.
III-11 TAPPING VALVES:
Tapping valves shall be similar in construction to standard
AWWA gate valves and shall have MJ witlets for cast iron pipe.
III-12 TAPPING SLEEVES:
Tapping sleeves shall be MJ for cast iron pipe, similar or
equal to Mueller H-615. Tapping sleeves shall , with the use of suitable
gaskets , be good for AWWA Class "C" or "D" pipe, and with Class "B" Pipe in
the 4 and 6 inch size.
III-13 FITTINGS':
Fittings shall be either Gray Iron (250 psi ) or Ductile Iron
(350 psi ) designed in accordance with ANSI/AWWA C110-77, except as noted
otherwise on the Pl2ns .
All fittings shall be mechanical joint conforming in all
respects to ANSI A21. 11/AWWA C111. Fittings shall be bituminous coated
outside with standard cement lining inside in accordance with ASA A21.4/
AWWA C104-71.
Ductile iron retainer glands shall be used on fire hydrant
branch lines and vertical bends .
DS-18
• Tapping valves shall be similar in construction to
standard AWWA gate valves and shall have MJ outlets for cast iron
pipe.
III-12 TAPPING SLEEVES:
Tapping sleeves shall be MJ for cast iron pipe, similar
or equal to Mueller H-615 . Tapping sleeves shall , with the use of
suitable gaskets , be good for AWWA Class "C" or "D" pipe, and with
Class "B" pipe in the four (4) and six (6 ) inch size.
III-13 FITTINGS :
Fittings shall be either Gray Iron (250 psi) or Ductile
Iron (350 psi) designed in accordance with ANSI/AWWA C110-77.
All fittings shall be mechanical joint conforming in all
respects to ANSI A21. 11/AWWA C111 . Fittings shall be bituminous
coated outside with standard cement lining inside in accordance with
ASA A21. 4/AWWA C104-71.
Ductile iron retainer glands shall be used on fire hydrant
branch lines and vertical bends.
III-14 ENCASEMENT PIPE:
All encasement pipe shall be steel pipe, the diameter
and the length of the pipe shall be as indicated on the plans .
The steel pipe shall have a minimum wall thickness of ; inch.
III-15 BALL VALVES :
Ball valves shall be similar or equal to the James Jones
J-1900 .
III-16 RECONNECTING TO AN EXISTING COPPER OR GALVANIZED SERV
ICE LINE:
3/4" Corporation Stop Muller 110 compression H-15008
3/4 " 3 part Union Muller 110 compression H-15403
3/4" Male Iron Pipe by Muller 110 compression H-15428
3/4" Female Iron Pipe by Muller 110 compression H-15451
1" Corporation Stop Muller 110 compression H-15008
1" 3 part Union Muller 110 compression H-15403
1" Male Iron Pipe by Muller 110 compression H-15428
1" Female Iron Pipe by Muller 110 compression H-15451
3/4 " x 4" Nipple Galvanized
3/4 " x 4" Steel Coupling Rockwell
3/4" x 4" Nipple Galvanized
3/4 " x 4" Steel Coupling Rockwell
(or approved equals)
III-4
III-17 3/4" AND 1" CONNECTIONS TO C900 PVC PIPE CL200 OR
AC PIPE CL200 (4 " , 6" , 8" ) :
4" x 3/4" Service Saddle 101 N 5 . 40 x 3/4 " cc Romac
6" x 3/4 " Service Saddle 101 N 7 . 50 x 3/4" cc Romac
8" x 3/4 " Service Saddle 101 N 9 . 62 x 3/4 " cc Romac
4" x 1" Service Saddle 101 N 5 . 40 x 3/4" cc Romac
6" x 1" Service Saddle 101 N 7. 50 x 3/4 " cc Romac
8" x 1" Service Saddle 101 N 9 .62 x 3/4" cc Romac
(or approved equals)
III-18 2" CONNECTIONS TO 4" , 6 " , 8" , 10 " , and 12" A.C. P .V.0
C. I . OR D. I . PIPE:
4" x 2" Service Saddle 101 N 54 . 0 x 2" I.P. Romac
6" x 2" Service Saddle 101 N 7 . 50 x 2" I. P. Romac
8" x 2" Service Saddle 101 N 9 . 62 x 2" I. P. Romac
10 " x 2" Service Saddle 101 N. 12 . 12 x 2" I . P. Romac
12" x 2" Service Saddle 101 N 14 . 38 x 2" I . P. Romac
(or approved equals )
III-19 VALVE SET-UP FOR 2" CONNECTIONS :
2" Close or all-thread Brass Nipple
2" x 6 " Brass Nipple
2" Ball Valve Tip x Top J1900 manufactured by James
Jones Company, (or approved equal)
2" 441 Cast Coupling Rockwell 441-00000248-900 ,
(or approved equal)
III-5
It'
7/vJgC1 74/. ldt.L '
A7gAl cc' 2 7 /1 N i
ToNgg 00411 gsn'g741/thVai di
'4a'd'.7d.7aid saNgg Ov tazivz ogven.is/oNn
iiII:y. 2/17vA g1Vv„,— JN/ w7g
iSfriek-7 '- - -)11---- ' :.':.i.CY..:.'4•::::V.
1 9N/.'-79 11;d.2Nv.2 -1_-L1 .� de, .W27.2
MOW i`Vil — J N/V�Y4'S )I
SONV7J 212N/V1. 2r
—S4N► 79 d'9NM13b--
72/1i1I0 1.3/71.7>o
Al g JA7V/1 3ekt1-v7ddd g +
e
i _
-� I j
3'�; � � '�E-�III II II''�
4 ` '�l,iv,= 1111��ll�llY gill., 1i,._
F— �
1 go► n C/2Hs/N/d- 3 a .
I a'3/1OS NO,a gIVN, o'�OM z, ' • 1.
'�',. S27z2c�N2svH/,a/Z l
►syv C7.2AVd N/1ON.di) ' UJ
;Lira#
�✓770.7 21g�.2Nc7� t'xZXZ
29'c21 MN g 1Nb-4.{H�' n / , .1N14aAH aNi_wo4s
�.,/�� s "Nl�d 1�S g7220A/2'2dHnd,,t*/i t'-1 1llN 9N/11
Ai <:1 g71.vN 2/2.A/ric •Z vain., 1.72d119 .dO �dc7
'0107d 1.2s X,V17! .1 WI N/NIW„ TL 7V 2 Y-1Ngd I,M1
7gc71 9,INV2/C7A1/ 774/7
.0 ..2&N
4
ii
•
GROUP'✓D C iNE
'1
GENERAL _ ~
BACKF/LL `'ELECT MATERIAL
-- -- , PLACED BY HAND
"' I2 OVER PIPE
PVC, P'PE . r S'ELr T M4TE R/Al.
�' _ TAMPED TO 5 PR/NGL 'NE"
J _� Or PIPE
- .. ._..2"COMPACTED 58.2
pvc. . • •
PIPE BEDDING •
N0 SGALt
• • • •
A
l'i,..1C9'11.t.Gwoc„.A'jC-;:7:14(54L.0001<re-3i
REP'-ACN1ENT-
•
G;REST IRFAL:.e Si REIrT SURFAGI<
•
�S
1�
^:off i_-Eop�;, .:.., , , ._..• .,, .;,_?
• ' r Ain«o`-W o \�� �\•� 4i: 2G aa �1 ` o 410.4 tea 1
i T
� . �.� .
M pPGT E G%i'1 !
SAC?(PILL
�.. �•s• e� � ijli
` / ,//�/ PO
12i1MIt-1• , . VZ fr1i 1.
•
'/N I t��N ' i
/y/
•
CITY STREET CROSSING
NC) GALE
/i•5.87 cif
. -
. .
,2.11,511 Ho.t. IA ix \ X 1ST, F,Avt7 SilizFA0
---.
._...
1 ••• 0,•,.,..:.,...;::i.•::: ,.;.•::.-.......e.„..;:... . ; ::.. .....:. .6.:.:-.!•:.::...6 .. •...., „....:' ....,•.::,...0.•••••:. ..1••••• .•:;;;5;
„A ••
-6-- ..___ _____________ _________._7..—.774:77.
0 ... - • ,0
c-3 .... 0 • ••• ... ------&)<C0/C,G161.14.M.(lAit.1.)
04
.._ z-__ - •
i l'ill L171[111-10.111';‘..1017454,detegit 3:: GONC. -rE
It3-' T-: 0#frAira. Oreltr'n .;----_________.c 0,,,p,k61- n 1-3,•1 tAtegOltr fed% i
-6 ul 'Nbe ,ProloYaitt.
11. Q 0 0 0 ° ° ° ° ° °
o ° • °° o o 0 o .
o' o ---60.1...et.....,^ VAT5121AL
4- ti 0 0 0 0 -0 0 °
0 0. ° -- 1r
0 ° ---
.__
III > . i1-'1-:,,.. ° 0 L.1- '----;-;0, 1.1P41, SUg 135t7 EAlzikl
. .0 , ,
, 1
0° 0
.. . 0 0 •:-.:-t,1
0,..., . 0
le) yilt-.1 . moi-H Of. cur 1 1... e," tA 1 .
IA
_____,...,
vAgiAi??Le
TYPICAL SECTION . UTILITY CUT
: .
STATE HIGHWAY CROSSING
„•t,.87 a
ORIGINAL GROUND LEVEL
RETAINER GLAND
BEND BEND
THRUST BOLTED STRAPS
RETAINER GLANDS ' RETAINER GLAND
NI
0 • tOpp
CONCRETE BLOCK/NG r ou V.4
�'�'''�UND/STUBBED EARTHS °P` \\
4._
EDGE OF TRENCH
CONCRETE BLOCK/NG
a•
BEND TEE
J
5�
PLUG CONCRETE BLOCKING
CONC. BLOCKING l EDGE OF TRENCH
I
CROSS
CONCRETE BLOCKING
FOR BENDS, TEES & CROSSES
„•,z.a7 44
I
L
Zi
V n N J U
C +? 0 .0 O> 3 r N
.Q.� c m (n
'w tv .4.�
L i G o '� C
� � ALev G a, �'
� �° v3N ,t ,.
t \ Q)
�N �.
N
N
\ C ,(01 1--,,, .,_
___ /
,,..
,.„,„..
\ \ \` -C
_„,u,„,
o. 'a \ \ O C Ut
3 �\\Q,-\\\ ' \ t O .
\ \\
G
IIi:
Z.Al \ C\\ l'.
tl-
r� •
N .``.' ,\ N ,\\ \
o 1.1.. ..____1„
\ \\N V\ „ �
§-ct. .. „ ., ,,, „
43 eb =� cn 4.
C IIL I , J
V
ijt
L
cZ.1c):: Tk
.. I eLk::
N N
FLOW LINE OF CREEK
a u0` •��`��✓
. •
Op H
On :- Op;:
CONCRETE : O • : '. � •m E •c
ENCASEMENT A o c
p • co
• -
6" Outside 6"
Diameter
Of Pipe
Minimum Dimension
s �
8 Pay Line
ENCASEMENT DETA/L
CREEK CROSS/NGS
PA) 0 M4IC}tOnt MEI
CHANGE ORDER
No. 2
Project Title: Company St./Ed Edwards/Dead Horse Mt. Rd./Gregg/ Sutton-
Water Line Replacements.
Project No. 2772 Bid No. 834 Contract Date: 5/17/88
Contractor: J.D. Sweetser, Inc.
The following changes are made to the Contract Documents: The total street
repair item was incresed from 200 s.y. to 443 s.y.
Justification:
During the process of construction of the new water main the old water main
broke again with a line split, which caused additional considerable damage
to the pavement on Gregg Ave. Project. Since the damage to the street was
extensive and repairs had to be done immediately and the construction of the
new water main was already in progress, the contractor was directed to
repair the damage under the unit price of the existing contract.
CHANGE TO CONTRACT PRICE:
Original Contract Price: $ 98,281.00
Current Contract Price, as adjusted by previous change orders: $ 120,573.00
The Contract Price due to this Change Order will be increased by:$4,376.00
The new Contract Price due to this Change Order will be: $ 124,949.00
CHANGE TO CONTRACT TIME:
The Contract Time will be N/A by N/A calendar days.
The Date for Completion of all work under the Contract will be 8-20-88 .
APPROVALS REQUIRED:
To be effective, this order must be approved by the Owner if it changes the
scope or objective of the project, or as may otherwise be required under the
terms of the Su plementary General Conditions of the Contract.
Requested by: �a';�\k' Ovw Date: \ ) '(o ( ' °/ es
Donal Ra}}��z
Recommended by: "/�,.i�ct Date: ,hec... /4, /5'1f
Worbash
Approved by: � Date: ,e/9 /988
Accepted by: - 7/ Date: , '/ j
, .. : . , , ), MICROFILM-fa
CONTRACT AGi 1E.T
7 4k,
1. THIS NTR4CT ANT A T, t*-de and entered into this
i
day of `� , 19 g , by and between the City of Fayetteville, Arkansas,
Party of the irst Part, acting through it's duly authorized representative,
and
Jerry D. Sweetser, Inc.
590 Poplar St.
Fayetteville , AR 72703
Party of the Second Part:
WIT= r. :
That for and in consideration of the payments to be rr'ie as hereinafter set
forth, the Party of the Second Part hereby agrees to furnish all tools,
labor, equipment, materials, and supplies required to the furnished and to
construct the improvements designated as
Company St., Ed Edwards Rd. ,Dead Horse Mtn. Rd,
Gregg Ave. , Sutton St. Waterlines for $98, 281.00
for the City of Fayetteville, Arkansas, in e_xmct accordance with the Plans
on file at the Office of the City Engineer, and Specifications, Propc<.gis,
Stipulations, and Special Provisions attached hereto and made a part hereof
as fully as though copied herein, under the direction of and to the entire
- satisfaction of the Party of the First Part and in accordance with the laws
of the State of Arkansas.
2. It is further agreed and understood by and between the parties
hereunto that the Party of the First Part agrees to pay and the Party of the
Second Part agrees to accept as full and final cacpensation for all work
done under this agreement, the Unit Prices and/cr Lump Sum Price named in
the PropoGul which is hereto attached, such payment to be made in lawful
money of the United States, at the time and in the manner set forth in the
Specifications.
3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work within the time specified in
the Proposcl . Time is expressly rrr.e of the essence of this Contract. If the
Party of the Second Part shall fail to complete the work in the time
specified he shall pay to the Party of the First Part, as liquidated
dnm ges, ascertained and agreed, and not in the nature of a
penalty, the amount specified in the Proposal for each day delayed, for each
Schedule delayed, which shall be deducted from the final amount to be paid
under the Contract. Extensions of time may be granted with waiver of
liquidated cjamages as provided for in the Specifications.
4. The Party of the Second Part agrees to furnish a Bond, with an
approved Surety thereon, guaranteeing the performance of this Contract, as
required by the lows of the State of Arkansas, and for not less than one
hundred (100) percent of the amount of this Contract. Said Bond shall be
conditioned on full and complete performance of this Contract and acceptance
by the City of Fayetteville for the paynent of all labor and materials
entering into or incident to the proposed iluprovP^ents and shall guarantee
the work against faulty workmanship or materials for a period of one (1)
yeer after completion. The Surety on said Bond shall be a Surety Company of
financial resources satisfactory to the Party of the First Part, and
authorized to do business in the State of Arkansas.
5. The Party of the second Part agrees also to carry Public Liability
Insurance, Property Damage Insurance, and..Workman's Compensation Insurance
in amounts as required by these Specifications.
WIT`.'F';S OUR HANDS THIS �1 "Al OF , 1987
CI'I'Si OF FAYEr EVILLE
FAi.Er1I \TT I.F, AR ANSAS
Attest by City Clerk By LZLiy rOr
L<
Contractor
By (7
Name and itle
WITNESS
mess Address
Corporate Seal (if any)
PROPOSAL
P1 ace �'�%' CL44'f
-7 —
Proposal of JERRY D. SWEETSER, INC.
a corporation* organized and existing under the laws of the State of
Ag. kq ,Jsa S , and qualified to do business in the State
of Arkansas; a Partnership* consisting of
an Individual* trading as
TO THE CITY OF FAYETTEVILLE, ARKANSAS: -
The bidder in compliance with your invitation for bids for the construction
of Company Street and etc. Water Line Replacements
having examined the Plans
and Specifications with related documents and the site of the proposed work,
and being familiar with all the conditions surrounding the work, including the
availability of materials and labor, hereby proposes to furnish all labor,
material , and supplies required to be furnished, and to construct the project
in accordance with the Contract Documents, and at the prices stated below.
These prices are to cover all expenses incurred in performing the work required
under the Contract Documents, of which this proposal is a part.
Bidder hereby agrees to commence work under this contract on a date to
be specified in a written "Work Order" of the Engineer, and to fully complete
the project within 70 consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
* Fill out applicable blank
4
x
(X PANY STREETL1: I
REPLACE 1Eti'T
TEM ESTI`lA'flJ) QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
. 2 P `FCSDPressNDCas 20DoSSa,700.2. :each2Connetioith Ball Ir.J HUNpREO �FTY �Ot��.A2S
Valve and Roadway Box Dollars
3. 100 s.�. �1G1{T�� r3 DoLLA� S
Street Renair
(See Detail Sheet) Dollars
Connection to existing
Service Line Dollar
Total
Dollars
4-a.
ED EDWARDS RD./'1ALLY WAGNON ROAD
WATER LINE REPLACEMENT
I LEI ESTPLATED QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
1. 1300 L.F. Si & Do LLi9 RS
4" P.V.C. C-900, DR14 -
Pressure Class 200 Dollars
$ G, G $7, 3co.
2. 1 each � 4HT H u I M.E 6 TWEkyry 51 Y 6 t O LLA -S
4 ' x 4 Tapping Sleeve
and Valve with Box Dollars
oo
$ g � oo $ 8z5.
3. 1 each -r e a 1}u+.1w2ED IF-ry oo Luc,ks
2" Ball Valve with Box
Dollars
"c $350.°0
4. 2 Far'h SVENTY- �IV� �OL-LASS
Connection to existing
Service Line Dollars
$ 7,)", " $ 1.50 °=
Total
Dollars
Se' 1a5.°°
4-b
DEAD HORSE MTN. ROAD WA1 LH LINE REPLACE\E_NT
I1E1 ESTPL.UED QUANTITY TOTAL** TOTAL
`:0. AND DESCRIPTION PRICE
1. 7100 L.F. EI( HT DOLLAIeS fl"'A -cIFTC/ C £. ITS
6" P.V.C. Water Line
C-900, DR14-Pressure Dollars
Class 200
$ 8': �-° 510,3 5 0. 0 0
2. 1 each �ICaHT HUN���Q TH I ►2TY 13D (._.Lift s
6" x 6" Tapping
Sleeve and Valve with
R.oarway Box. Complete Dollars
in place
s 3 ), (1a s830.12
3. 6 each TWO NUNp2 N1N£T1/- FIYa 1OL.LA12S
6" Gate Valve with Box
Complete in place Dollars
s ,2 1,5- °a s1,770.c0
4. 1 Each DOLIA �-S
Creek Crossing with 51 X E1 tlN 0 L
Concrete Encasement
(See Detail Sheet) Dollars
S �G)a oo SLOO
5. 4 Farh
Gravel Road Crossing TUOO ktif3w2EL, 5-I LYY DoLLA e S
and Repair
Dollars
S , 5o, oo sOOO. oa
4G
• ' DEAD HORSE MTN. ROAD - CONTINUED
Dollars
Total $ $ M 55u cD
41
DEAD HORSE NTN. RD. WAT.Et LINE REPLACE. ENTT
ALTERNATE BID
ITEl1 ESTPATED QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
1. 7100 L.F. E/GHT DOLLfeS R"pSEof i /-
6" D.I.P. CLASS 51
Dollars
Total $ g '75 $ 2.,_/2 5.°0 ✓
GREGG A� 1 iE WATER LINE REPL-LE'IE\T
I'I'F 1 ESTDL�'1'Lll QUANTITY TOTAL** TOTAL
NO. AND DESCRIPTION PRICE
1. 560 L.F. O11�27�j QOLI.A S
DRICr-
Pressure Class 200 Dollars
:01I.ISLLA S
Sleeve and Valve with
Roadway Box. Complete Dollars
in place
S f 5 OO ao S I�j00. _
3. 1 each ONE T�4OLtSAtJD SIk �U�11)��p �LLP �S
10" x 6" Tapping Sleeve
and Valve with Roadway Dollars
Box. Complete in place. o0
4. 4"EGate Valve w/roadcay ����£- H u►J fJ TH 1 ��- SIX DO L1 R S
Box. Complete in place,
and the Connection to Dollars
exist. 4" service line
5. 2 Each
Connection to existingY� LLA S
Service Lines
Dollars
$ $ 150 .°0
4
GREGG AVE. WATER LINE (CONT. )
6. 200 s.y.
Street Cut and Repair
(See Detailed Sheet)
Dollars
/ °a $3(; CO. 00
Dollars
Total S SJ5102 . 0O
•
N
GREGG AVE.. WATER LIRE REPLACESENT
ALTERNATE BID
I'I"E'I ESTIMATED QUANTITY UNIT** TOTAL
NO. AND DESCRIPTION PRICE
1. 550 L.F. Voua-tEh_ 1 Qola42S A� SEV6nJTY- CU:
6" D.I.P. CLASS 51
Dollars
Total $ /fry- ' s g, a(c O.°—
4 ,
SLTTON STREET WAlElZ LINE REPLACEMENT
ITE:'! ESTIMATED QUANTITY TOTAL** TOTAL
NO. AND DESCRIPTION PRICE
1. 210 L.F. V T IDoLLA eS
2" P.V.C. SDR21
Pressure Class 200 Dollars
co
2. 1 each Ll f} S
2" Connection with 2" ONE THOUS R N 8 'TWO 1-}U 1J3 Q F i1 1)0
and Valve with Box Dollars
s l or, c'65. s1,aG0.
3. 3 each
5��E�y- FIYE COLI.A�S
Connection to existing
Service Line Dollars
s 5' G'O C ���. DO
Total Dollars
$3 905. `° ✓ .
•
4-L.
(over)
Company Street $ S, [D ( 5
Ed Edwards Rd. $ d1 I a 5 _
oo
Dead Horse Mt. Rd. $ II , ,5 50 . —
Gregg Ave. 0., ,
C`
Sutton St. o_
3, 9 o 5, - '
TOTAL $ 8 a 1 , �o V
V
, 0
Dead Horse Mt. Rd. (Alt. ) $ , 3 a 0_5 .
Gregg Ave. (Alt. ) $ 1 5, LI Li L ,°0_
Note : This project will be awarded on the basis of low
bid on the total for all projects .
5
** Unit Prices to be shown in words and figures . In case of discrepancy
amount shown in words will govern.
The unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc. , to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any or
all bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn
for a period of sixty (60) calendar days after the scheduled closing time
for receiving bids .
Upon receipt of written notice of the acceptance of this bid, bidder will
execute the formal contract attached within ten ( 10) days and deliver the
Surety Bond or Bonds as required by Paragraph 8 of the General Conditions .
The bid security attached in the sum of 5 j,
is to become the property of the Owner in the event the contract and bond are
not executed within the time above set forth, as •liquidated damages for the
delay and additional expense to the Owner caused thereby.
Respectfully Submitted:
JERRY D. SWEETSER, INC,
BY fi-.(1-&(-/E jle-L- 1- __.-71.,// Y
,590 % ,:>72
Z ' o a�.�'( 7.2 70 3
SEAL - if bid is by a corporation
69
1
�,-. . �. ,�. _ -. �.:.�.. •�►, "'. . �� Ja � >.. „. �_a, , j 5 2/88
PRODUCER 4 ' HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT ArdEND,
Eason & CO. , Inc. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DELO',V.
P. O. Box 4217
Fayetteville, AR 72702 COMPANIES AFFORDING COVERAGE -11
COMPANY 'A
,..
LETTER United States Fidelity & Guaranty `�
-- — COMPANY a
INSURED LETTER 4
Jerry D. Sweetser, Inc. COMPANY A
590 W. Poplar LETTER `to
Fayetteville, AR 72701 COMPANY
LETTER
COMPANY ,- s
LETTER b-
•T .7' el .,•V:.(rv,` _ '!,3 - - r rn^s., �4 - ,r. .. _ ter' f
f„
THIS IS TO CERTIFY }SAT POLICIES CF INSURANCE LISTED CELG.V HAVE BEEN ISSUED TO THEE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHST:NDIiIG:.IY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER r?CCUNIEENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY 77
BE ISSUED OR MAY I-EyTAIN, -i h_!'.SURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI-
TIONS OF SUCH POLICIES.
CO PF \ POLICY EFFECT:`;E I i�;CY EXPIRAP,ON ,.,ABILITY LIMITS IN THOUSANDS
TYPE OF INSURANC 'OLICY UMBER GAtE(MUDDY LTR E•nrvoonrl '-AC''' r GREGATE
OCCURRENCE I .AG
GENERAL LIABILITY BODILY
A111 j COMPREHENSIVE FORM 1CP0789582420 10/30/87 10/30/88 IVJURv 1,000 S1,000a
PREMISES/OPERATIONS PROPERTY
UNDERGROUND DAMAGE I S 1,000 ' .;1,000
EXPLOSION&COLLAPSE HAZARD
I
PRODUCTS/COMPLETED OPERATIONS i I
CONTRACTUAL I OMB NED S
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE I !
—1 PERSONAL INJURY PERSONAL INJURY j
1 f
__--_--_—__.____. __-_ _ __.. -_ ._______ _— '
AUTOMOBILE LIABILITY
• A{X i ;NY AUTO 1CP0789583420 10/30/87 10/30/88 _ 1,000
ALL OWNED AUTOS(PRIV. PASS I
ALL OWNED AUTOS(PR V RPASSN) j 1,000
HIRED AUTOS i PROPERTY
NON-OWNED AUTOS I DAMAGE I$ 1,000
GARAGE LIABILITY BI a PD
!COMBINED $ t•
Jr-
EXCESS `t
LIABILITY I I I.
-`- A X UMBRELLA FORM 1CP0789582420 10/30/87 10/30/88 COMBINED $ 2,000 '$2,000
OTHER THAN UMBRELLA FORM
STATUTORY '
WORKERS'COMPENSATION
`� AND
3902852879 10/30/87 10/30/88 I iS100 ACH cclaEunr.
-
= EMPLOYERS' LIABILITY $500 !'JiSEASE-POLICY LIMIT) �:
I$100 )DISEASE-EACH EMPLOYEE)
• OTHER I
DESCRIPTION CF CPERATICNS/LCCATIONSNEH!CLES/SPECIAL I T EMS
T
c-CEJFI '4= 'x�°r • " w:
� _ �._-:....�.._- •
i • -� 1 ' sal 'a tf. t },�. `':
City of Fayetteville SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
Attn' Sid Norvash PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Fayetteville, AR 72701 LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY i
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. •;;.}
AUTunl,IZ_7 nr•-•nrcF>r
Bob Davis
"+' :aim/ w• •4• � -r ,• 1 98401:
p. ,?f•r {.t , i-� J�...: i� y•t� w.y .i±i ,.. -4 • fi ?+ �,-t „K, i. ._�,'Si z.a
.:,r, „s.si�'r.,`arr,�y�sss.. .r,�r.^•t•: 's^ rr 'b:: :fi`; .1.. .:'S1
•.ss: r!}" 'ee� �i'" �� f s e �� •rii+` 'i. �'h 4:',t:'. lM1iSY.. ti.i 'ti SS• .�'��^�j••..i��` 4 4 ..!`..•1�1 I:i.i�'�,1...... i�4. i:ii•'t.•.
"ht 'il�'•• l+d7� „t'.s. �i� 4,.i 4Y�, .t.:it rl., s);�...
%:!if u
icii _i _ �ki�]
�I�1 �1 D STATES i�l'I�ILIL1 \1f�Ai��'�1Y COMPANY
(A StAl oc ro Company)
` ' ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We Jerry D. Sweetser, Inc.
L.
as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, agii "
corporation organized and existing under the laws of the State of Maryland and authorized to do business in the
L4State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto LI:C=
;;= City of Fayetteville, Fayetteville, Arkansas
14 Ninet Ei ht Thousand, 'Itao Hunarea
as Obligee, hereinafter called Owner, in the amount of '—
Ei9hty-One Dollars and No/100
Dollars ($ 98,281.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, . _
461
personal representatives, successors and assigns, jointly and severally, firmly by these presents.
Principal has by written agreement dated entered into a contract r
` with Owner for Bid #834, for furnishing all labor and materials for water line
< replacements for Company St. , Molly Wagon Rd. , Dead Horse Mountain Rd. , Gregg
pli Ave. , and Sutton St. , City of Fayetteville, in accordance with plans and
specifications of the City of Fayetteville. 11
1'
EE� , which contract is by reference made a part hereof, and is AE:'-'.I hereinafter referred to as the Contract. `'is
( THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the
Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he 'F1
E" may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense '`
`L which the Owner may incur in making good any such default, end, further, that if the Principal shall pay all persons j ;
; all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons
'"' shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation,
. subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force
Vif and effect. `.
No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action
-:, or proceeding shall be broug:it on this bond except by the Owner after six months from the date final payment .
`` is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years ":
k:' from the date on which the final payment under the Contract falls due. `'`•
Any alterations which may be made in the terms of the Contract, or in the work to be done under it,
or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance
E" on the part of either the Owner or the Principal to the other shall not in any �vay release the Principal and the --4
t=:; Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their --<
`' liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being
•7; 1 hereby waived.
In no event shall the aggregate liability of the Surety exceed the sum set out herein. ;=';
Executed on this day of 19
tir
• Jerr D. Swee Inc. `'I
'1 Principal =_-,}
By...
:' P esiden
UNIT D STATES FIDELITY AND GUARANTY COMPANY
Surety -
By.. c l=t.,-c 1rw___
Robert M. Davis Attorney-in-Fact
. .tA..'tr..1...:51',i. lt.. .....Y.i.•4.. u,. .,iu .. .. ....4ri'S tzx.... 3 _ ........�.....�.... ... •ztt 3,5N,fiiz is4,,.:;
contract Ise (Arkanw) (10-57) r'=••
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No. 100117
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Robert M. Davis
of the City of Fayetteville , State of Arkansas
its true and lawful attorney in and for the State of Arkansas
for the following purposes,to wit:
To sign its name as surety to,and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
Robert M. Davis
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 31st day of
December ,A.D. 19 87
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By W,J,D, Sa a ville, Jr.
Vice-President.
(SEAL) Douglas R. Bowen
(Signed)
Assistant Secretary.
STATE OF MARYLAND.
s ss:
BALTIMORE CITY,
On this 31St day of DeCE�T>ber ,A. D. 1987, before me personally came
W.J.D. Sanezvi_Lle, Jr. , Vice-President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Douglas R. Bowen ,Assistant Secretary of said Company,with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they, the said W.J.D. Salerville, Jr.
and Douglas R. Bowen were respectively the Vice-President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President
and Assistant Secretary,respectively,of the Company.
My commission expires the first day in July,A.D.19 90
Margaret M. Hurst
(SEAL) (Signed)
Notary Public.
FS 3 (1-87)
COPY OF RESOLUTION
That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice-
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact,or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed,and
Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond, recognizance, obligation, stipulation,or undertaking,or anything in the nature of either of the same.
I, James M. Carroll ,an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to Robert M. Davis
of Fayettevi 11P, P,r}Gansas , authorizing and empowering him to sign bonds as therein set
forth,which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
Nmber, 1981, at which meeting a quorum of the Board of Directors was present, and that e foregoing is a true and correct copy of said
reso ovelution,and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED
th STATES FIDELITY AND GUARANTY
COMPANY on
(Date)
Assistant Secretary.