HomeMy WebLinkAbout67-88 RESOLUTION •
RESOLUTION NO. 67-88 SCAN N ED
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CHANGE ORDER TO THE CITY' S
SEWER PLACEMENT CONTRACT WITH FAYETTE TREE AND
TRENCH TO PROVIDE FOR THE CONSTRUCTION OF A
SEWERLINE ALONG EAST SHADOWRIDGE DRIVE.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized and
directed to execute a change order to the City' s placement
contract with Fayette Tree and Trench to provide for the construc-
tion of a sewerline along East Shadowridge Drive. A copy of the
change order authorized for execution hereby is attached hereto
marked Exhibit "A" and made a part hereof .
PASSED AND APPROVED this 6th day of September , 1988 .
APPROVED
By:
y.L
Mayor
fAYfTrf ,e
1 •
M `
6lc1CC
c
t
1 1
` ,_ MICROFILMED
`fAYETTf+;h!++,,
VIr Ill t I
CITY OF FAYETTEVILLE,
ARKANSAS
113 W. MOUNTAIN ST.
72701
SPECIFICATIONS FOR
Brophy 'Street
Highland Street
Shadowridge Drive
SEWER EXTENSIONS
Bid No. 853
City Engineers ' Office
June, 1988
`, r
k
INDEX
ADVERTISEMENT FOR BIDS
BID BOND
PROPOSAL FOR SCHEDULE I
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
f
ADVERT I SE 1F!'
DID # E53
Notice is hereby g ven that the City of Fayetteville,
Fayetteville, Arkansas, hereinafter called the Owner, will
receive sealed bids at the Purchasing Agents Office, City Hall ,
113 West Mountain, Fayetteville, Arkansas, unti 1110: 30 I a.m. ,
on the 1st. day of Ju l , 1998 , for the furnishing of all
tools, labor, and materials, and performing the necessary work to
be done in constructing the following sanitary sewer lines:
1- Brophy St. / Sewer Replacement
2- Shadowridge Dr. / Sewer Extention
3- Highland St. / Sewer Relplacement
This project contains approximately a total of 2820 feet of
6" sewer mains and 16 cast-in-place manholes
The location of the work is set out in the Plans and
Specifications on file in the office of the City Engineer,
Fayetteville, Arkansas.
All necessary work, material , 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 inspections and studies of
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 (57.) 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
,= .reri i es 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 if
this Contract exceeds $20,000 they must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as
amended.
Notice is hereby given that the City of Fayetteville is an
Equal Opportunity Employer.
•, 1
The proposed Contract is under and subject to Executive
Order 11246 of September 24, 1965.
The successful bidder will be required to submit a
Certification 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.
Neither contractor nor subcontractor shall exclude from
participating in, deny the benefits of, or subject to
dizz imin.::ti=n L.i.rd:i ..c L. Yity/, S1)' pt-graLi11 in tna
U.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 of the basis of religion as
provided in the Civil Rights Act of 1964, or Title VIII of the
Act of April 11 , 1968, shall also apply.
This advertisement is hereby made a part of this
Specifications and a part of any subsequent Contract.
Purchasing Agent
•
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
-. 1 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 -
r
• t
f
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 PRICE C FOR SCHEDULEONTRACT)I
(A UNIT
Place A ) (,2J z7na.a a'
Date g4,4 / ON
Proposal of -‘:71teg, gtee..,
a corporation* organized and existing under the laws of the State of
, and qualified to do business in the State of Arkansas;
a Partnership* consisting of
an Individual* trading as
TO THE CITY OF FAYE'ImVIT,LF, ARKANSAS:
The bidder in compliance with your invitation for bids for the
construction of Brophy St./Highland St./ Shadowridge Dr.-
Sewer Extensions having examined
the Plans and Specifications with related documents and the site of the pro-
posed 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 unit 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 "Word Order" of the Engineer, and to fully complete
the project within 60 consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
* Fill out applicable blank
t
.
EIL SCHEDULE
BROPHY AVE. - SEWER REPLACEMENT
ITEM ESTLMkTED QUANTITY TOTAL** TOTAL
NC. AND DESCRIPTION PRICE
1. 110 L.P.
6" P.V.C. SDR35
Sewer Main 0'-7' deep Dollars
$g0,00 $9, oo.O0
2. 1 each
Manhole cast-in-place 1 .`d d-�
b)precast "Dollars
Circle one $F50/00 $85o,OO I
3. *140 L.F. ��
4" P.V.C. Sch-40 �¢,, d^ • 06
Service Line Dollars
$7,50 Vi050, oo
4. 1 each
4" Tap to Manhole Ituj ., b
for service line Dol ars
re-connection
$ 75,00 S 75, o 0 111III
5. 8 c.y. f/ �
Class "B" Concrete Encase- (9 "eR un ictuf.L'agatc.¢ �.cz�
went Dollars (Ql
$J OO $6 000, 00 /
6 . 10 c.y.
Solid Rock Excavation
Dollars
o $
* TOTAL $
Contractor shall follow all plumbing
Codes closely.
5
1 \ 1 1 1
� 1
PROJECT: Hiohland Ave. -Sewer Replacement
BID SCHEDULE
item Estimated Quantity Unit** Total
Nc. And Description Price
L ; 6"
P.V. C. Class SDF-3=
Sewer Main 0 ' -5 ' Deep Dollars /
( 2 ) 20 L. F.
6" P.V. C. Class SDR-35
Sewer Main 6 ' -10 ' Deep D liars /
5/pO,OD $/pA00/.0 V
( 3 ) I L.F.
6" P.V. C. Class SDR-35
Sewer Main 10 ' -14 ' deep olliars
$ 6t9, 00 $ 60,00
( 4 ) 2 Each
Manhole g Cast-in-Place - cmdA L-
b) Precast Dollars Q /
Circle One $ 740i00 $ 5VO,Do 0
( 5 ) 1 Each ,1
Drop Manhole 0 Cast-in-Place 6,11Jr,Anci'�r,,,e ativJuacW /
b) Precast Dollars /9�0� QO
Circle One $ 950, 00 $ / v
( 6 ) *100 L.F.
4" P.V.C. Sch. 40 Service dL:JL �' sbdo
Line to Reconnect Existing Dollars
Houses $ 1. 5O $ vco.00 ✓
*** ( 7 ) 6 Each
4" Connection Taps for -o
Existing Houses Dollars
$g90,00 $0 740, 00 ✓
(8) 10 c.y.
Solid Rock Excavation Dollars
D 0 $ S.00. 0 0
TOTAL $//j/60. 00
* Contractor Shall Follow All Plumbing Codes Closely
*** 3 taps into - -- M.H. and 3 taps by installing
wyes or tees .
5a
` BID SC
SHADOWRIDGE DR. - SEWER EXTENSION
ITEM ESTIMATED QUANTITY TOTAL** TOTAL
NO. AND DESCRIPTION PRICE
1. 1740 L.F. n
6" P.V.C. SDR-35 ' .4 .1,,,
Sewer Main 0'- 4' deep Dollars
$/6.00 $`2791o,00
2. 500 L.F.6" F.V.C. SDR-35 .24.4.sln�l.Q,_.y
P,v
Sewer Main 4'- 5' deep Dollars
$/7,00 $' Soo,oo /
3. 600 L.F.
e ��
6" P.V.C. SDR-35
Sewer Main 5'- 6' deep Dollars /
;/'�,00 $J1700,00 ✓
4. 100 L.F.
6" P.V.C. SDR-35 ctiiii,&-e ---
Sewer Main 6'- 7' deep liars
$ i 0 $//goo' en
5. 50 L.F. e
6" P.V.C. SDR-35 4..1i -e---.
Sewer Main 7'- 8' deep Dollars
#iq,00 $9,o• oo
6. 10 Each a cast-in-place �}
joiii
)Precast ,4 �]-CPL(MCGtQc
Manhole 0'- 5' deep Dollars
Circle one I
;666• b o $ ,/ ,,a o, o b
5b
. E_: SCHEDULE
Shadowriace Dr . - Sewer Exter._ : : 7 : - - _ .
7. 1 Each )cast-in-place ,e ec �ilQe1!-dAvi.*
)precast Dollars
Manhole 5' - 6' deep
Circle one $'9l L O $_1. 9s._O0 /
S. _ Each cast-in-place b)precast iiitint-)-Picot rid 4 724-
Dollars
Manhole 6'- 7' deep
Circle one $ 770/DO $ VD. DO 1
9. *22 Each �2 �r� ta'
4" Sewer Tap and 5' Stub Doll s
(P.V.C. Sch. 40)
$49C,00 $giDgDr00 ✓
10 . 250 c.y. 0741 ,.
Solid Rock Excavation Dolr
$9-0, 00 $ No. Oo V
TOTAL $5 /0/ O( 0 0 10(
'Note: Tees or Wyes shall be installed at the time of the construction of
the main line.
5c
BROPHY AVE. $5 I'75. 0o
HIGHLAND AVE. $ 11 I&o, 00
SHADOWRIDGE DR. $5 000. 00 ✓
TOTAL 1 33o+,oo ✓
Note: Contract will be awarded based on the total on all
three projects.
** Unit Prices to be shown in words and figures . In case of discrepancy
amount shown in words will govern.
The unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc. , to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any or
all bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn
for a period of sixty (60) calendar days after the scheduled closing time
for receiving bids .
Upon receipt of written notice of the acceptance of this bid, bidder will
execute the formal contract attached within ten (10) days and deliver the
Surety Bond or Bonds as required by Paragraph 8 of the General Conditions .
The bid security attached in the sum of ;J P;s4Pv' Y
is to become the property of the Owner in the event the contra t and bond are
not executed within the time above set forth, as liquidated damages for the
delay and additional expense to the Owner caused thereby.
Respectfully Submitted:
ByL.'-` \Q 1) .4,Ae"(`-'
6' /ac+ 471
0,14, c4„,, -0I71
SEAL - if bid is by a corporation
6
.
ARKANSAS PERFORMANCE AND PAY:INT BOND
(14-604 Arkansas Statutes)
KNOW ALL MEN BY THESE PRESENTS: That we (1) Fayette Tree & Trench, Inc.
a (2) Corporation , hereinafter called "Principal" and
American States
(3) Insurance Company of Indianapolis , State of
Indiana hereinafter called the "Surety", are held and
firmly bound unto (4) City of Fayetteville, Arkansas hereinafter called
Sixteen Thousand Three
"Owner" in the penal sum of Hundred Thirty-Five & no/liellars ($ 16,335.00 ) ,
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 int2 a certain"t! contract with the Owner, dated the -3.p
day of .�' -�l,�. ^( , 19 /a, a copy of which is attached and made a part
hereof for the construction of:
A - Brophy Avenue - Sewer Replacement - $ 5,175.00
B - Highland Avenue - Sewer Replacement - $11,160.00
both in Fayetteville, Arkansas $16,335.00 - Total
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 suer •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, ca..n0 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
I
The Surety agrees the terms of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of :cages 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 Q N`- day of
, 19 .
ATTEST:
Fayette Tree & Trench, Inc.
- nn (PRINCIPAL)
SECRETARY (P_ .ICI_AL) (TI�L�) f
P. 0. Box 471
(SEAL) Fayetteville, Arkansas 72702
(ADDRESS)
_c�iC.C-C/ American States Insurance Company
W�TNE S /PRINCIPAL (SL�-�Y)
a1 �CY�Q/ L�`� /�9U� BY ' GJ �t•
ADD ESS ATTORNEY-IN-FACT
Renner & Company, Inc.
ATTEST: P. 0. Box 427, Fayetteville, Arkansas 72702
ADDRESS
SECRETARY (SURETY)
(SEAL) Q
WITNESS AS TO ATTORNEY-IN-=ACT
P. 0. Box 427
Fayetteville, Arkansas 72702
ADDRESS
- 8 -
` GENERAL POWER OF ATTORNEY
American States 'Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS,that American States Insurance Company,a Corporation duly organized and existing under the
laws of the State of Indiana,and having its principal office in the City of Indianapolis,Indiana,hath made,constituted and appointed,and does by
these presents make, constitute and appoint
ROBERT M. RENNER AND KEVIN RENNER
Ca
(Jointly or Severally)
CSl
of Fayetteville and State of Arkansas C71
its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and CS)
Co
deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings,
provided, however, that the penal sum of any one such instrument executed hereunder
shall not exceed ONE MILLION AND NO/100 ($1,000,000.00) DOLLARS
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the common seal of
the Corporation and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises.This
Power of Attorney is executed and may be revoked pursuant to and by authority granted by Section 7.07 of the By Laws of the American States
Insurance Company, which reads as follows:
"The Chairman of the Board, the President or any Vice-President shall have power, by and with the concurrence with the
Secretary or any Assistant Secretary of the Corporation,to appoint Resident Vice-Presidents, Resident Assistant Secretaries
and Attorneys-in-Fact as the business of the Corporation may require or to authorize any one of such persons to execute,on
behalf of the Corporation, any bonds, recognizances, stipulations and undertakings,whether by way of surety or otherwise"
IN WITNESS WHEREOF,American States Insurance Company has caused these presents to be signed by its Vice-President,attested by its
Assistant Secretary and its corporate seal to be hereto affixed this 26th day of February
A. D. 19 87 AMERIC S A S INSURANCE COO PAN
(SEAL) i J
ATTEST: �'� '�� By Assistant Vice-President
Assistant Se etary
STATE OF INDIANA
COUNTY OF MARION} SS:
On this 26th day of February A. D., 19. 87 , before me personally came
Alanson T. Abel , to me known, who
being by me duly sworn,acknowledged the execution of the above instrument and did depose and say:that he is a Vice-President of American
States Insurance Company;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that it was
so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Alan son T. Abel further said that he is acquainted with Gilbert Taylor and knows him to be the
Assistti cttLi I IV 11,D 3 Ap.0 N q i—i r t be.executed the above instrument. _
JAN UARY 10, 1989 i-y2z:Z_e__- : t, ez).-
My Commission Expires Notary Public
STATE OF INDIANA
COUNTY OF MARION} SS:
I Gilbert Taylor the Assistant Secretary of AMERICAN STATES INSURANCE COMPANY,do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney,executed by said AMERICAN STATES INSURANCE COMPANY,which
is still in full force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By-Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
"All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the
president or a vice-president and the secretary or an assistant secretary, whose signatures, if the instrument is duly
countersigned by an authorized representative of the Corporation,may be facsimiles.Such signatures and facsimiles thereof
shall be authorized and binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such
officer at the time such policy or other instrument of insurance shall have been actually issued by the Corporation."
In witness whereof,I have hereunto set my hand and affixed the seal of said Corporation,this 2 3 CZD day of Au GUsr ,
A. D., 19 87
/(SEAL) ,
C[-L
Form 9-1459(y-Nn) 'Assn ant ecr ry
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 omay_ be
(3) Correct name of Surety
(4) Correct name of Owner
(5) If Contractor is Partnership, all partners shall execut -ofe Surebond
(6) This bond must be filed with the Circuit Court of the Cunty
where the work is to be performed, prior to tine start const
ruction
(7) Must be executed by Arkansas Local Resident gency for ty
_ 9 -
CON'IRAcr AGREEMEJT
1. S CT AND AGREEMENT, made and entered into this 30
day of , 19`n , by and between the City of Fayetteville, Arkansas,
Party of the First Part, acting through it's duly authorized representative,
and
Fayette Tree & Trench, Inc.
P .O . Box 471
Fayetteville , Ar. 72702-0471
Party of the Second Part:
WITNESSSETH:
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, materials, and supplies required to the furnished and to
construct the improvements designated as:
A- Brophy Ave.-Sewer Replacement $5, 175 .00
B- Highland Ave.-Sewer Replacement $11, 160 .00 Total of $16 , 335 .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 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 compensation for all work
done under this agreement, the Unit Prices and/or Lump Sum Price named in
the Proposal 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 Proposal. 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.
It
WITNESS CUR HANDS THIS .`iU DAY OF , 198S
CITY OF FAYETTEVILLE
FAYETrEVILLE, ARKANSAS
'')Iliajta ")994
Attest by City Clerk By •
r -or
. rti-t-I-LCU q/X.A.,,,,La z.. "1--, r
•
Contractor
t.or
Bye cI , /I�
�p r
. \ Name and Title ellA i
1
WITNESS' C y r 'ti 7 /
4',
Business ss 0)41
Corporate Seal (if any) ,
77 °
0
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.
Fah bidder must have had at least three (3) year's experience in
construction of similar improvements and must have successfully completed at
least three (3) such projects. Faoh 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.
I.T.B. - 1
The amount of any check or bond shall be retained by the
Contracting Authority as liquidated damages in ease 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.
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 rase 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.
I.T.B. - 2
(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.
(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 delivery. 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 DOCUMENTS:
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.
I.T.B.- 3
•
•
The Contract(s) will be awarded to the bidder (or bidders in the
' e 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.
10. EXCEFrIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than $20,000.00, the following exception
applies:
The Contractor is not required to be licensed under the terms of
Act 150 of 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 60 consecutive calendar days thereafter.
Liquidated damages are hereby set at $75 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.
I.T.B. - 4
� s
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.
GENERAL CONDITIONS OF THE SPECIFICATIONS
1. DEFINITIONS 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, Fayetteville, Arkansas.
"ENGINEERS" or "ENGINEER" shall mean the City Engineer, City
Administration Building, 113 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.
"WORK" shall mean the furnishing of all necessary tools,
labor, equipment, materials, and supplies required to be furnished by the
Contractor under these Specifications.
2. 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.
3. 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.
G.C. - 1
I
•
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.
4. 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
Sub-contractors and of the persons directly or indirectly employed by his
Sub-contractors.
Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relation between any Sub-contractor
and the Contracting Authority.
5. THE CONTRACTOR:
It is understood and agreed that the Contractor has satisfied
himself 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.
G.C. - 2
I
6. 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
representative 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.
7. BOND:
Coincident with the execution of the Contract, the Contractor
shall furnish a good and sufficient surety bond in the amount of ninety-five
(95) 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 materials
during construction and for one year after completion, all revisions of the
bond to be complete and in full accordance with the statutory requirements.
The bond shall be executed with the proper Sureties through a company
licensed and qualified to operate in the State and approved by the
Contracting 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.
G.C. - 3
A form of this bond is attached hereto and made a part of
these Specifications.
8. 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 anyone 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, $1,000,000
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 and property damage limits of $1,000,000.
Certificates of such insurance shall be filed with the
Engineer before work commences under any contract or subcontract.
9. 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.
10. 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
G.C. - 4
� s
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
Contractors.
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.
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
certification 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.
11. 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
incompetent, or who neglects or refuses to perform his work in a
satisfactory manner, shall be promptly discharged.
12. POSITION, GRADIENT, AND ALIGNMENT:
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.
G.C. - 5
The Contractor shall carefully preserve bench marks,
reference points, and stakes, and in case of willful or careless
destruction, he shall be charged with the resulting expense and shall be
responsible for any mistakes that may be caused by their unnecessary
disturbance or loss.
13. 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, and adjacent property and the public from
injury, damage, or loss arising in connection with the contract or the work.
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, sustained 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 licenses 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.
14. 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 adequate
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 Contracting
Authority unless otherwise specified. The Contractor must obtain permission
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 with all laws,
ordinances, rules, and regulations bearing on the conduct of the work as
drawn or specified.
15. ASSIGNMENTS:
No assignment by the Contractor of the contract, or any part
thereof, or of the funds to be received thereunder by the Contractor, will
be recognized unless such assignment has had the written approval of the
Contracting Authority, and the Surety has been given due notice of the
assignment in writing.
G.C. - 6
t =
•
No assignment, transfer, or subletting, even though consented
to, shall relieve the Contractor of his liabilities under the 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.
16. OTHER 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.
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.
17. 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.
18. THE CONTRACTING AUTHORITY'S RIGHT OT 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 deduct the cost thereof from payments then or thereafter due the
Contractor.
19. THE CONTRACTING AUTHORITY'S RIGHT TO TERMINATE 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
G.C. - 7
provided to supply enough properly skilled workmen or proper materials, or
if he should fail to make prompt payment to Subcontractors or for materials
or labor, or disregard laws, ordinances, or the instructions of the
Engineer, or otherwise 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.
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.
20. TERMIN'ATION 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 be 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.
G.C. - 8
21. PAYMENTS WITHHELD:
The Contracting Authority may withhold or, on account of
subsequently discovered evidence, nullify the whole or part of any
certificate 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 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.
22. DELAYS AND EXTENSIONS OF TIME:
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, 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
copes 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 times
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.
G.C. - 9
1
•
Extensions of time, without relief from responsibility for
liquidated 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.
23. ADDITIONAL, OMITTED, OR CHANGED 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 changes 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,
which statement shall be in the hands of the Engineer within such time as
will allow a full consideration of the ha_sis 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 required, they
shall be considered forefeited 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.
24. 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
G.C. - 10
•
opportunity 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 receipt of
the Engineer's decision, and in no case after final payment has been
accepted. If the Engineer fails to make a decision within a reasonable
time, 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
arbitrator 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. Earh 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 adrlres of each, of the time and
place for the beginning of the hearing of the matters submitted to them.
Farh 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 disciplinary 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
movements 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
G.C. - 11
•
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 jurisdiction 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
providing on any matter covered by this Article otherwise than as
hereinbefore 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.
25. REFERENCE TO MANUFAcT RER 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.
26. 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
G.C. - 12
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.
27. 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 cetain
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 Contractor 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.
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
G.C. - 13
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.
28. 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
subsequently 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
Subcontractor or for material or labor
(d) damage to another Contractor
(e) incomplete work
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.
G.C. - 14
DETAILED SPECIFICATIONS
PART I - CONTRACT STIPULATIONS
I-1 SPECIFICATIONS:
These detailed specifications are drawn with the obiect 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.
1-2 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: Cos ruction of Sewer Mains and
Mnaholes for three separate locations .
Furnish all labor and materials required to be furnished to
construct the above mentioned projects
I-3 LIST OF PLANS:
The Plans are bound separate from the specifications and are
generally titled Brophy St- ./Hight anci Ave./ Shndowri dge
Sewer Extensions
DESCRIPTION SHEET NO.
Vicinity Map 1
Sewer location for
2 , 3,4
Sewer Details See Std. Details (in the back)
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.
31
I-5 STAKE:. OUT WORK:
The Engineer for each Schedule will furnish labor to act
as rodmen, chainmen, and to perform all other duties required to
assist the Engineer in staking out the work for construction and for
measurements to determine quantities of pipe installed. The Contrac-
tor shall not be required to furnish any labor for this purpose.
I-6 QUALITY OF THE PLANS:
The plans have been made with care but cannot be assumed to
be correct in every detail when many of the conditions to be encountered
are not shown on existing maps and are underground.
The approximate location of existing underground water,
gas, and telephone lines are shown_ The placing of this information
on the plans in no way obligates the Owner as to its correctness, as
it is indicative only and is-placed there for the information and
assistance of the Contractor. It is the expressed intent of these Plans
and Specifications that the Contractor is to make his own investigation
of conditions to be encountered, including rock and underground water,
and the submission of the Proposal by the Contractor for the work
constitutes his compliance with this requirement.
•
•
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.
II-2 EXCAVATION - GENERAL:
All excavation shall be carried accurately to the line and
grade shown on the Plans and/or established by the Engineer. When excavation
is carried below or beyond that required, the space shall be filled
with 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 proceded to the 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 - TRENCH FOR SEWER LINES:
All excavation for sewer lines shall be carried accurately to line
and grade. The bottom must be flat and smooth to receive pipe to provide
support for full length of pipe, except for bell holes. Any or all undercut,
must be filled to a smooth grade with S3-2 compacted in place.
Shoring shall be installed as required to protect laborers or ad-
jacent property. Shoring must remain in place until ditch is backfilled
to a point to relieve danger which required shoring. The Contractor is
to leave shoring in place as directed by the Engineer.
Trenches for the sanitary sewer must be excavated to the depth,
line and grade as set by the Engineer, wide enough to properly install
pipe, but not to exceed diameter of pipe plus two (2) feet.
Except where special bedding is required and except as specified
herein, rough excavation for sewer and drains shall not be carried lower
than a distance equal to 1/10 of the nominal pipe diameter or two inches,
whichever is the greater, above the specified trench grade elevation,
+ ?3
•
and the remainder of the excavation shall be done by the pig: laver
immediately prior to installing the pipe, using the final excavation to
firm up on each side of the pipe previously laid. -he bottom of the
trench shall be generally shaped to fit the outside surface of the pipe
in such a manner that the pipe will be in continuous contact with and
have a longitudinal bearing on soil for the full length of the pipe
except for such distance as it is necessary for bell holes and the proper
sealing of the pipe joints. The pipe subgrade shall be accurately
graded prior to excavating bell holes. The accuracy of the finished
grade of the pipe shall be obtained in preparation of the subgrade. A
bell hole for each joint shall be excavated by the pipe layer immediately
prior to placing the pipe in the trench. Bell holes shall be of such
depth that the pipe bell will not come in contact with the bottom of the
bell hole. All trenches shall be so graded that the spigot end of the
pipe will be accurately centered in the adjacent pipe bell when laid,
without raising or lowering the pipe after installation in the trench.
If the soil at the bottom of the trench is mucky or in such
condition that it cannot be properly shaped and graded, or if the sub-
grade material is too soft to properly sur_ort the pipe, the Contractor
shall excavate below the normal subgrade elevation as directed by the
Engineer. Wherever excavation is carried below the specified subcrade,
at the direction of the Engineer, the Contractor shall provide and install
a fill of gravel thoroughly tamped into place up to an elevation sufficient
to prepare the subgrade as specified in the preceding paragraph.
Where water occurs in trenches, they shall be excavated to a
depth of approximately four (4) inches below grade and backfilled with
SB-2 to a point approximately 1/10 of the internal pine diameter or two
inches, whichever is the greater, below grade. Pumps shall then be kept
operating, taking suction out of a sump below the Gravel so as to hold
the water level well below the bottoms of all bells until the joints have
been placed and allowed to set suff'-' -ntly so that water will not injure
them.
•
Where rock or other hard material occurs in the trench at the
planned grade of the bottom of the pipe in such way that any portion of
the pipe would rest on rock or hard material or where in the opinion of
the Engineer it is necessary, all rock shall be removed to provide a
clearance of at least 6 inches below and on each side of all pipe, valves,
and fittings for pipe sizes 24 inches or smaller and 9 inches for pipe
sizes 30 inches and larger. The trench shall then be refilled with gravel,
Thoroughly compacted to a point approximately 1/10 the nominal pipe diameter,
or two inches, whichever is the greater, above grade and the bottom of the
trench shall be graded as previously specified.
The Contractor will be required to keep the sides of the
excavation vertical, unless otherwise directed by the Engineer.
Payment for SB-2 Used as Subcrade:
When S3-2 must be used as backfill material, the width of trench
to be used for payment will be 24". An average depth will be measured from
34
'bottom of pipe to top of fill; length of fill will be as directed by
the Engineer. The volume occupied by the pipe will be subtracted from
the toal volume of the ditch filled with SB-2. No payment will be
made for SB-2 used as bedding.
Excavation for manholes and other accessories shall be sufficient
to leave at least twelve (12) inches in the clear between their outer
surfaces and the embankment or timber ich may be used to protect t:em.
The excavation of trenches shall not advance more than four
hundred (400) feet ahead of the completed pipe work and backfill, except
by permission of the Engineer.
II-4 EXCAVATION - CLASSIFICATION AND PAYMENT:
All excavation shall be classed as common excavation.
The cost of common excavation is included in the unit _prices
for handling and installation of sewer pipe at the various depths.
II-5 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.
All operations involving the procurement, hardlina, use, and
storage of exDlosives shall be in full conoliance with -pnlic ble State
and Federal statutes and regulations.
Blasting will be done only after securing written permission
from the City Engineers' office. Proof of blasting insurance will be
required before written per ission is given the Contractor.
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 laying sewer pipe and will not be paid for
separately.
II-6 BAC L ILLING:
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.
35 -
1 s
Trenches shall be backfilled :with fire, loose earth free from
clods or stones larger than t:wo (2) 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 carefull:� rammed around
the pipe until the backfill has been brought up to the sprinaline of
the pipe. The backfill 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, hens
shall be used for
this operation. The remainder of the backfill may then be backfilled
by any approved method which twill not injure or disturb the pipe.
Trenches outside the public right of ::ay :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
I . l' ^:. ' ' ' '
property shall be filled and refilled as necessar:� to provide a smooth,
well graded appearance.
All backfill shall be settled anal 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 inconven-
ience.
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 cleared up, all hurocks and piles smoothed
down and the surface left neat and workmanlike. here 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 t::eir original contours.
All roadways and driveways shall be backfilled with SB-2 and
temporarily repaved with cold mix asphalt. The roadfray or driveway
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.
S3-2 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.
%
The low pressure air test shall be conducted by plugging each
opening in the reach of pipe to be tested. All plugs shall be braced
against slippage due to internal pressure. One of the plugs provided
must have an inlet tap or other provision for connecting an air hose.
After the air control equipment is connected to the air hose, the air
pressure shall be monitored so that the internal pressure does not ex-
ceed 5.0 psig. After reaching 4.0 psig, the air supply shall be throttled
to maintain between 4.0 and 3.5 psig for at least two minutes in order
to allow equilibrium between air temperature and the pipe walls.
During this time, all plugs shall be checked to detect any leakage. If
plugs are found to leak, the. air shall be bled off, the plugs tightened,
and air supplied again. After the temperature has stabilized, the
pressure should be allowed to decrease from 3.5 psig to 2.5 psig. If
the time required for the pressure drop is greater than that shown in
the table below, the pipe shall be presumed free of defects.
PIPE SIZE MINIMUM TIME (MINUTES)
6 Inch 3.0
8 Inch 4.0
10 Inch 5.0
12 Inch 5 .5
15 Inch 7.5
18 Inch 8.5
21 Inch 10.0
24 Inch 11.5
30 Inch 14 .5
If by use of the above procedure a faulty section of line is
found, that section of line shall be tested at 20 foot intervals to
determine the exact location of the leakage.
If a section of piping is found to be leaking the exact source
of the leak shall be determined, a repair made, and the entire section
re-tested.
The Contractor shall make the necessary arrancements and pro-
vide necessary nice plugs and equipment recuired for testing.
All sewer nine as shown on the Plans will be measured and paid
for as pipe. The quantity of sewer pipe shall be determined by
measurement aionc the top of the Ripe as laid from center-to-center of
manholes. Depth of pine will be measured from flow line of pipe to
existing ground elevation.
II-8 CROSSING AND PARALLELING EXISTING UTILITY LINES:
In some instances the pipe will be installed under, alongside and
over existing utility services. Much of the time these will be difficult
to locate, and in some instances impractical to locate. The Contractor
shall be responsible for locating and protecting such services. The
37 -
various utility owners: City (Water and Sewer) , :7arner Cable (Cable) ,
Swepco (Electrical Power Lines) , Arkansas Western Gas Ccmoanv (Natural
Gas Lines) , Southwestern Bell (Telephone Company) will cooperate with
the contractor in helping locate the underground services, and must be
notified before construction proceeds in the vicinity of utility lines.
Where the Contractor cannot make adequate repairs, the various utilities
will make repairs to all services, and such costs will be charged to
the Contractor. The Contractor shall make arrangements for this service
with the various utilities either before the bid is presented or before
construction starts.
Although not anticipated, septic tank disposal fields and
related piping may be damaged during construction. If so, the Contractor
shall make the repairs necessary to put the septic tank system into
operation.
Where the plans show a portion of the line to be laid adjacent to
power lines, it shall be the responsibility of the Contractor to make any
arrangements with the power company for "tying off" poles. It also
shall be the responsibility of the Contractor to take whatever steps are
necessary to provide for the safety of the workmen and ec_uicment when
working in the vicinity of these power lines.
II-9 MANHOLES:
The construction of manholes shall follow closely the progress of
pipe laying. If at any time pipe is laid as much as 1500 linear feet
ahead of completed manhole construction, then pipe laying shall be
discontinued.
Manholes shall be constructed in accordance with the details
shown on the drawings. Manhole bottoms shall be of con - -=ra, poured to
dimensions and grade indicated.
1. Base. The concrete base shall have a minimum thickness of 12
inches and shall be poured on undisturbed earth. The base shall
be poured so that the top of the base is a minimum of 2 inches and
a maximum of 4 inches below the lowest pipe inside the manhole.
except when lowest pipe can be laid continuously through the man-
hole, the base may be poured to a point 2 inches below the center-
line of the pipe, providing this point is not above the invert of
other pipes entering the manhole. The base shall have a minimum
- diameter of -8 inches greater than the outside diameter of the
finished manhole barrel.
2. Invert. The invert of the manhole shall be hand placed and shaped
using a grout mixture consisting of two parts masonry sand and one
part Portland cement. The base and barrel of the manhole shall be
thoroughly cleaned prior to placement of the invert. The invert
shall be shaped and smoothed so that the manhole will be self-
cleaning and free of areas where solids may be deposited as sewage
flows through the manhole. In all cases, except where the sewer
pipe can be laid continuously through the manhole, the entire
diameter of each pipe entering the manhole barrel shall be cut
smooth with the inside edge of the manhole barrel and the invert
shaped throughout from all inlet pipes to the outlet pipe.
3. Manhole Barrel. The barrel forms may be set as soon as the con-
crete base has cured enough to support the forms. The manhole
barrel shall be of such construction that the finished manhole
will have an inside diameter of 4 feet 0 inches, plus or minus
one-half inch. Concrete used to pour the manhole barrel shall
be 3,000 pound per square inch test with a slump of approximately
4 inches.
Before the forms are set in place, any water that may have
accumulated in the excavated area shall be pumped out and, if
required, the concrete base throughly cleaned of dirt and debris.
Before pouring of the concrete begins a two inch layer of grout
mixture, as set out under "Invert" above, shall be Placed in the
bottom of the forms.
The forms shall be removed after the initial set of the concrete
so that holes may be cut in the manhole barrel for the installation
of pipes that are to enter the manhole at points other than adjacent
to the manhole base. After these oipes have been put in place,
the barrel shall be repaired using a grout mixture as set out under
"Invert" above. If honeycombing of the barrel is found to be pre-
sent after removal of the forms, they shall be repaired as directed
by the Engineer.
The top of the poured manhole shall be left at such an elevation
so that two rings of standard bricks are recuired to bring the man-
hole ring to the finished elevation. A three inch wide by two
inch deep keyway shall be left in the top of the poured manhole to
hold the mortar for the first ring of bricks.
4. Curing. Curing compounds or covers may or may not be used at the
option of the Contractor. However, it will be the responsibility
of the Contractor to protect the concrete to prevent cracking
during the curing process and to protect the manhole during freezing
temperatures. The Engineer shall, at his discretion, prohibit
pouring concrete during the periods of extreme cold or inclement
weather.
5. Backfillinq. The manhole shall not be backfilled less than 12
hours after the forms have been removed. Extra care shall be taken
to compact all backfill to the top of the highest pipe entering
the manhole.
6. Payment. Manholes will be measured by the distance between the
- 39 -
1
outlet invert of the manhole and the top of the manhole zinc.
Manholes will be measured and paid for at the acorcoriate contract
unit price as given in the Proposal. Unit prices for manholes
shall include materials, excavation, masonry' work, and all work
incidental thereto.
II-10 CONNECTION TO EXISTING ,ANHOLES:
Where required on the Plans to connect to an existing manhole,
and where no stub exists in such manholes, an opening shall be cut in the
wall of the existing manhole of sufficient size to permit the proper
installation of the new pipe at the designated line and grade. After new
pipe has been installed, extending entirely through the wall of the manhole,
the opening around the new pipe shall be refilled with concrete, or brick and
concrete, and properly plastered inside and outside with mortar so that no
leakage can occur. Bottoms of existing manholes shall be trenched out and
refinished to the proper invert as previously specified.
The cost of all work done under this section shall be included
in the Contract unit price for pipe and shall not be paid for separately.
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, except that asphalt streets and highways shall be replaced with
concrete as shown on the miscellaneous details sheet in the Plans.
Backfill of trench lying within roadways shall be in strict
accordance with the applicable provisions as stated in Section II 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, suspend the pipe laying operation until the replacement of sur-
facing 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 will be allowed for additional width of pavement cut and
replaced occasioned by this requirement. The quantity 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
•
r 40 -
1 s
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 Enaineer,
the actual width of pavement cut and replaced shall be used in determininc
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
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.
The Contractor will be responsible for maintaining flagmen
while working within or near city streets. In the event a closed street
is required, the Contractor shall carefully mark a detour route. The
Contractor will be responsible for providing and maintaining barricades,
warning lights, signs, washing equipment, labor, and every other item re-
quired to maintain roadways safe and comfortable to travel and reduce the
inconvenience and discomfort of adjacent residents as much as possible.
It will also be the Contractor's responsibility to replace signs,
mailboxes, posts, retainer walls, and other obstructions which were removed
by him during construction of this project.
Gravel surfacing cut and replaced will be measured and paid for
as the cubic yards of gravel actually used in replacing such surfacing.
Special 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.
II-12 CROSSING LAWNS:
The following shall apply to all lines crossing lawns, as desig-
nated on the Plans. After settlement has occurred, the disturbed area shall
be dressed out with three (3) inches of too soil and hand raked. The dressed
out areas shall then be seeded or sprigged with the appropriate grass or grass
mixture, as directed by the Engineer.
• 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 as they can be reset.
It is the intention of this Specification that lawn areas be
restored as closely as possible to their original condition. The cost
of all work under this section shall be included in the appropriate Contract
41 -
1
unit price for pipe, and shall not be paid for separately.
.II-13 CROSSING FENCES:
The installation of lines may necessitate crossing several
fences as shown on the Plans.
Prior to clearing the right of way, the Contractor shall
install a braced post assembly on each side of the right of way so that
when the fence is cut, the tension on the fence is not reduced. He
shall then construct temporary gates so as to maintain livestock in the
original pasture during construction.
After all construction, including cleanup, is complete, the
fences shall be rebuilt to equal or better than original condition, using
new posts and wire. The wire used in rebuilding of the openings shall be
of the same general type as the existing fences. Posts shall be Pressure-
treated pine, having a minimum top diameter of 4 inches.
Where removal, replacement, or repair, of chain link fences
is requ_red, the Contractor shall retain a Professional fence company
to Perform the work. The cost of all work done under this Section will be
included in the Contract unit prices and none will be paid for separately.
II-14 GARDEN CROSSINGS:
In the event of a garden crossing extreme care will be taken
to damage as little of the garden as is possible. ..____ _... :;iet'_on of
the pipe laying operation within the garden area the garden shall be dressed
with a minimum of 12 inches of topsoil and hand raked smooth.
II-15 CONCRETE:
All concrete shall be composed of the materials described
in paragraphs 5, 6, and 7, Part III, and shall be prccortioned by weight
in such manner as to obtain a plastic workable mix. All concrete shall
have a 28 day compressive strength of 3000 PSE and a slump of approximately
4 inches.
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 sepa-
rately.
II-16 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, and 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 suspend 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 appropriate unit price and will not be paid for searately.
IT_-17 HIGH:JAY CROSSINGS (STATE OR U.S .) :
The plans show the location of lines ::here crossings o_f
highways are required.
The crossings shall be accomplished by boring and the
insertion of an encasement pipe of the length, tv e and size as shown at
each location on the plans. In the event rock conditions prohibit boring
of the road crossing, the Contractor shall contact highway department
officials and point out to them that an attempt has been Tide to bore the
crossing and secure permission to make an open cut. Unless an open cut
is made, the trench shall not be opened closer than 10 _feet from the edge
of the driving surface.
If an open cut is required, then the following procedure
shall be followed:
The highway must be kept open to traffic at all times.
Consequently, the Contractor will be required to complete the crossing
in two stages, keeping at least one-half of the roadway open at all times.
The crossing shall be made in the following manner. The
pavement shall be removed the minimum width required for installation of
the encasing pipe. All pavement cuts shall be made to lire :pith the use of an
air spade, line drilling, sawing or such other equipment as is required
to form a true line for removal and replacement.
The Contractor shall then excavate the trench, remove all
earth from the site and install the encasement pipe. The backfill shall
then be made by using Arkansas State Highway Department SB-2 aggregate,
compacting to a minimum of 95% of maximum A.A.S .H.C. density. Tests
shall be made according to the latest specifications of A.A.S.H.O. The
backfill shall be brought to the top of the subgrade in the above manner. •
1 )
•
The pavement and base shall then be removed for a distance of 18 inches
from each side of the trench. The Contractor shall then replace the base
with 8 inches of reinforced concrete pavement using high early strength
cement. The concrete shall have a 28-day strength of 3,500 pounds per
square inch. Steel reinforcing shall consist of No. 6 rods placed on 12
inch centers both ways.
If the original payement is concrete, the concrete base
as set out above shall be constructed flush with the top of the existing
pavement which will require •a total concrete thickness of 12 inches
rather than 8 inches as shown.
The finished grade of the driving surface shall be uniform
with the existing adjacent driving surface. A finished top grade tolerance
of plus or minus 1/4 inch will be allowed. The tolerance will be measured
by use of a 16 foot straight edge placed parallel to the roadway centerline.
The plans show repair detail as set out above.
The shoulders of the highway which have been disturbed shall
be backfilled with SB-2, thoroughly compacted, and the surface shall be
replaced to equal or better than the original condition.
It should be noted that it is the responsibility of the
Contractor to provide sufficient flagmen, signs, barricades, lights and
other items required to insure complete safety of the public and the work-
men at all times.
Since the return of the deposit recuired by the Arkansas
Highway Department (the cost of which will be borne by the Owner) depends
upon returning the roadbed to its original or better condition, the
Contractor will be required to complete this item of construction to the
satisfaction of the Highway Department.
II-18 EXCEPTIONS TO CONSTRUCTION SPECIFICATICNS WHEN LAYING 4"
C.I.S.P. SERVICE LINES
All of the provisions for laying sewer pipe, as outlined
elsewhere in these specifications shall hold true when laying service lines
with the exception of the following:
1. A hand level may be used to establish grade.
' 2. All 4" C.I.S.P. in place shall be inspected prior to backfill.
II-19 ADDITIONS TO CONSTRUCTION SPECIFICATIONS WHEN LAYING 4"
C.I.S.P. SERVICE LINES:
1. The minimum grade to be used when laying service lines shall be
l"/ft. unless otherwise directed by the engineer.
2. No bends shall be used anywhere on service lines unless specifically
directed by the engineer.
1 " ,
3. Tapping saddles in place shall be inspected prior to installation
of service lines to determine that the saddle is properly aligned over the
drilled hole in the sewer main.
4. All holes in V.C.P. sewer mains for service connections shall be
drilled with a 4.5" O.D. to 4.8" O.D. drill bit suitably powered, driven,
and designed for tapping sanitary sewers.
5. Holes in D.I. sewer mains for service connections shall be drilled
as outlined in Item #4 or may be drilled out as follows:
a. The tapping saddle shall be placed on the main and the inside
circle of the tee off shall be marked with chal�.
b. The tapping saddle shall then be removed and the outline of
the service hole shall be hand drilled with 1/4" diameter or
smaller drill bits.
c. The metal saucer removed from the Dine must not be allowed
to fall into the sewer and proof that it is not in the sewer
must be shown the inspector.
d. Once the rough outline of the service hole has been cut out, a
suitable saw must be used to cut a smooth circular hole out of
the sewer main of the correct size for the tap.
e. The tapping saddle may then be installed and inspected.
6. No taps shall be made in manholes unless specifically directed by
the engineer. In the event taps are allowed in manholes they shall be
paid for at the unit price given in the proposal for bid item a 24.
7. 4" C.I.S.P. service lines shall be installed to the property lines
of the individual owners of the tap, unless otherwise directed by the engineer,
and at that point the contractor shall reconnect to whatever type of service
line is encountered as shown on the standard details sheet of the plans.
8. No sewer service shall be deemed necessary to reconnect until it has
been smoked by the Water and Sewer Department to determine which house it
serves, . unless otherwise directed by the engineer.
9. It shall be the contractors responsibility to locate all sewer
services which must be reconnected to the new sewer mains.
1 4c
` DETAILED SPECIFICATIONS
PART III - MATERIALS
III-1 GENERAL:
The work to be done under this contract as shown on the
Plans and provided for in the Specifications includes the furnishing of all
equipment, labor, tools, supplies, and materials required for the construction
of a sewer collection system and related work as provided for in the Proposal.
* III-2 VITRIFIED CLAY SEWER PIPE:
Vitrified clay pipe used in this contract shall conform to
ASTM C-200-65T, "extra strength clay pipe".
All pipe shall be subject to tests as prescribed in Section 1I-7.
Pipe joints shall have factory-applied joints or coupling on the
spigot and bell ends of the pipe meeting A.S.T.N. designation C425 or latest
revision, and compounded of a, high quality polyurethane elastomer applied
to the pipe and properly manufactured to a desired hardness and compressi-
bility to form a tight compression joint.
The resilient polyurethane should have the following
physical characteristics:
1. A minimum tear strength of 50 psi (A.S.T.:1. D624) .
2. Percent elongation of not less then 80 percent and shall return to
original volume and shape upon release of elongating force
(A.S.T.:•1. D412) .
3. A compression set value of less than 5 percent (A.S.T.b1. D395A) .
4. A minimum resistance to deflection of 165 psi at 10 percent
deflection.
5. A minimum (Shore "A" durometer) hardness of 70 from a temperature
range of 20 degrees to 100 degrees F.
111-3 MANHOLE CASTINGS:
All castings shall be made of clean, even grain, tough gray cast
iron. The castings shall be smooth, true to pattern and free from pro-
jections, sand holes, warp and other defects which would interfere with
use of, or impair the serviceability of the castings.
Circular manhole rings and covers for sewer manholes shall be
250 pound standard in dirt or 300 pound in roadways with solid cover. Cover
shall have two pick holes, on opposite sides at the edges. Manhole
* For. PVC seelll-11
•
= 46 -
•
A • 1
rings and covers shall be as manufactured by Bass & Hayes, Neenah, or
approved equal. _
Cast iron manhole steps shall be 8 inches wide.
III-4 CONCRETE AGGREGATES:
Fine aggregate shall consist of sand or other approved inert
material with similar characteristics, having hard, strong, durable particles
with not more than one (1) percent by weight of clay lumps or three (3) per-
cent by weight 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 +0.20 from the
average of all tests. Gradation shall fall within the following requirements:
TOTAL PASSING PERCENT BY .TEIGHT
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('-.;) percent by weight of clay lumps, sand 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 (1 1/2) inch
and smaller or three-quarter (3/4) inch and smaller, and shall be graded
within the following requirements:
PERCENT PASSING
BY ,:EIGHT
Maximum size mesh screen (sq. mesh) 97-100
Half maximum size mesh screen (sq. Mesh) 40-70
No. 4 Sieve 0-6
II1-5 CEMENT:
Portland cement shall conform to the requirements of the
Standard Specifications for Portland Cement, AST_: Designation C 150, Type I.
Masonry cement shall conform to the requirements of the Standard
Specifications for Masonry Cement, ASTM Designation C 91.
III-6 WATER:
Water for mixing concrete shall be clean and free 'from
_, __.. 47 _
I
t.
injurious amounts of oil, 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 er compressive strength
of the same materials and distilled water.
III-7 GRAVEL FOR SUBGRADE AND GRAVEL STREET EPAIR:
Gravel for subgrade shall be S3-2 and shall conform to the
following specifications:
SIZE OF SIEVE PERCENT BY WEIGHT
11 " 0
1" 0
3/4" TOTAL RETAINED 10 to 50
44 50 to 75
440 10 to 30
4200 TOTAL PASSING 3 to 10
The fraction passing the =200 sieve shall not be greater
than two-thirds (2/3) the fraction passing the =40 sieve. The fraction
passing the #40 sieve shall have a liquid limit not greater than twenty-
five (25) and a plasticity index not greater than six.
III-8 DUCTILE IRON PIPE:
Ductile-iron pine 3 in. (7.6 cm) in diameter and larger shall
conform to the current American National Standard Scecification for Ductile-
Iron Pipe, Centerifugally Cast in Netal :'olds or Sand-Lined :?olds, for
Water or Other Liquids, AWWA C 151 (ANSI A21.51) .
•
Ductile iron thickness shall conform in all respects to the
current American National Standard for Thickness Design or Ductile Iron
Pipe based on a minimum of 200 PSI (1379.0 KPa) working pressure, laying
condition "Type 2" with 8 ft. (2.4m) of cover. Pipe 4 in. (10.2 cm) and
under shall be thickness Class 51; pipe 6 in. (15.2 cm) thru 12 in. (30.5
cm) shall be thickness Class 50. For larger diameters or deeper cover,
special design will be provided.
~ All ductile-iron pipe shall be push-on joint.
All ductile-iron pine shall be bituminous coated outside
and cement-mortar lined inside with seal coat all in accordance with AWWA
Standard C 104.
All ductile-iron pipe and fittings shall be tested in accord-
ance with the applicable provisions of the specifications relating thereto.
1 t •
•
III-9 ENCASEMENT PIPE:
Encasement pipe shall be one-quarter (1/4) inch thickness,
sixteen (16) inches diameter, spiral-weld bituministic coated encasement
pipe, or approved equal.
III-10 MATERIALS FOR SEWER SERVICE CONNECTIONS:
All tapping saddles, 4" C.I.S.P. , and fittings shall be as
specified on the Standard Details sheet of the plans. Alternate materials
will not be allowed without the written approval of the engineer.
III-11 PLASTIC SEWER NON-PRESSURE PIPE:
P.V.C. SDR 35 Sewer Pipe
(1) P.V.C. sewer pipe and fittings shall conform to the
applicable requirements of the latest revision of ASTM
specification D-3034-73. The plastic used shall have a cell
classification of 12454-B as defined in the ASTM D-1784.
(2) The standard joint type shall meet ASTM D-3212, and the
gasket shall meet ASTM F-477. Bells shall be integral type
bell.
(3) Pipe section shall not exceed 20 feet in length. All pipe
sections shall be straight and true in alignment.
(4) Pipe and fittings shall be tested in accordance with ASTM
specifications D-2412, D-2152, and D-2444.
III-12 SEWER SERVICE LINES:
Wyes, tees, and other sewer service line pipe and fittings shall
be of the same materials and meet the same specifications as the mainline
sewer line unless specified otherwise. All fittings shall be manufactured
by or approved by the mainline sewer pipe manufacturer, unless specified
otherwise.
Where specified, cast iron no-hub soil pipe meeting ASTM A-74
connected by a stainless steel no-hub coupling assembly shall be used.
49
•
III-12 PRECAST MANHOLE
Precast Manhole shall be manufactured by Hardwall
Fabricators, Inc. ( see appendix "A" ) , or approved equal.
Approval shall be in written form from the Engineer.
III-13 Gasket for Precast Manhole
The Gasket for the manhole shall be Ram-Nek Flexible
Plastic Gasket, manufactured by K.T. Snyder Company, Inc. or
approved equal. Approval shall be in written form from the
Engineer.
•
.,,,,,,,azir \<://4>,;/'>„/'
l'
` � EXCAVATED TRENCH WIDTH
/ FINAL
BACK ILL
$ P‘
• A �` PIPE WIDTH �
-t �
COVER -
6 to 1:• tiro /
Y
(ISO to 300 go) /_,.
l ; INITIAL
� BACKFILL
PIPE SPRINGLIKE 'j Z
I
ZONE o
m
HAUNCHING W
rL
A, BEDDING:Min.ii..
/I
v '/ ^ /\ /i'S.::*k,,.'tx;, •1`^ .::'.:‹ti.`". FOUNDATION
0 /, ,�1 �,.�15, . 1Sl;" :fixK s(w1r NOT BE I1EpuiRED)
Ay/;A:7i, I,.;,,,,„,4kx„,,,,,,,,,\y;_ , \ ,
TYPICAL CROSS SECTION
OF TRENCH FOR PVC PIPE
Note: Grit is acceptable as bedding and backfill material,
there shall be a min. of 2" bedding under the pipe and 6"
of cover over the pipe.
--- Surface Replacement--
6" Concrete(4000 psi)
With Carbon Black
Exist. Street Surface
/
Exist. Street Surface
co / —
//A /- / / 7 , __________ )5"z„....
m ' T O- TT ,` Undisturbed Earth
'1-Ill,D • �--IIII
l- I
11 cook to- Compacted SB-2 Backfill
12" 4 Varies cY 12"
•
�� ____ --- Utility Line
Undisturbed Earth -_ ►�� �il ;is- �s
--Ill- 1 _ n I_l1-L
-L1-111--I
TIT-1 1 I - I1;1I
ITT-TI T f
CITY STRET , CROSSING
FLOW L/NE OF CREEK
:217:1,41 '�`� �;lit ICONCRETE ENCASEMEN ` �: �*-,• o� o
6" Ou/side 6"
Diameter
Of Pipe
Minimum Dimension
B Pay Line
ENCASEMENT DETA/L
CREEK CROSSINGS
( .
.., :
-Outlet Pipe
.---
-Concrete Floor
. ------..,<-
Conc. MH Wall
(('-- -----;._ _,;--------.6
i/t,,,i)s
C.I. Manhole Frame & Cover
--Inlet Pipe Finished Grade
Q G a
11
0 11.11;11� //�� //j II Concrete or Brick As Required.
!' n / n > =like/// o ■e///— Brick Courses To Be Used
A WIla 1 -- ���/��II-11 Only Where Adjustment To
", 2'—O' •..... •1:11:11.1 Grade Is Necessary.
D O �r
D Concrete Manhole Wall b ID .� MH Steps P
1 O 18" O.C. .
.11!ism. /
)19 r iv M D.
Inlet Pipe,- .D p•.•:•:•:
0
SECTION 'A-A' �~ , i 8~ -, 1."' 0
o Conc. MH Floor :P-:.a
'c .....
o ...--Sloes
NOTES > �. .. . ...... Inlet Pipe
1 . Conc. Manhole Bottom P.' .. 1
�'` Undisturbed Earth
Shall Support Pipe Throughout t* . .. A
Manhole Excavation And To, �.. Q.......
But Not Including, Nearest - _ . MPR p C':•..... ... t>D :':':':•
�.. fl:.:.1, . .'.'.'a.'. :D 1=1.
Pipe Joint. •" If
2. If Brick Construction Is ___ =
I: 11.
Specified. Apply 1/2- Cement Cut= 6'-8' 8'-12' 12'+ 1=11=11`'`1
Plaster Inside And Out. - d- 6" 8" 12" '" -- —I
3. Slope of Manhole Floor
Shall Be 1" Per Foot. TYPICAL MANHOLE SECTION
No Scale
.woc -zrtcacazaaxx - S6,-.:.� :Ica c 2sxtiz? trs, 4zr. :ica z=zs:s=7,.an:se cir 4V- wvRIl.r .xr 7 r..,.,c..s src= w.r.-.r.
tig
" f
'.•v �tt�E:T
iiiNimmems.00,- • • . 'A.::.. .0: . GLAee 'DI c.:04..sretTo
SECTION 1B• B1
G.I. MA.NN'LE f h.^idIC A►. 7 GOER
t------\
FINISNED arzApe 1 ,1It�Qti ti.' , "" I —/AZIf.bLC
.. '
.. Y
-
*Y.;. : ,g,.;,o o. 7,1. MH STEPS :;
a:.
Sj � v
T$ _ D
1 4� i •.. in
.-'•:`e --41-0 ..,_5 . S
::g: � GONG. M N F 1.00�Z7 °
i. •• 06.1
Oa 1N�ERfi
�" OUT LETS.
P - A • `8.
. :- •.•
•
•
•
•
•
•
ilic
C' `
i 11')
Noce. 170zop GnN►JOGr'le"-I re, 56 USED
WE+ElzE PIFFERENGE 1t+1
114•/1:(e'i'5 E)CGEL=pf 2!- oil •
DROP MANHOLE SECTION
gG,,NL5: Y211,„„ I !-0II
•
•
..,..;,::....:. •.,........
...,...i. ....,...., ..
...,.:.. .•,,-•'•At.
/NLET� ,:;,•, `• . � i•.
IP
I ti.., V A
f OUTLET
c.:0:7...:.......
::7:11::.:-•
1 as CONCRETE • :d. , . ' ,+.,¢� J'
.::::::
SECTION C-C
..r C.I. MN FRAME a COVER
•',.,O4.J• 4:'4.•• •, ;��
•
a 4 BARS �\',• '•• 14, Z' O" .$••'.
.Q• .1
- it.:1::::::‘1;.:
ct,
•
CLASS NB,f C ••41I-I'• {�ti•�•
• C 14,11
CONC. h0: t/,'•;'
••.•••• OUTLEr
10
SECTION SHALLOW MANHOLE
SCALE: //t"• /'-O"
I
]1VOS ON
DNISSO ?I3 ZIRMRS — seIHLIN.M.
X •
� k
] NI-1 eEM] S
ci]ano3 NOIldddd]S 1A111WINIW «81. ite,i41:7441T1- 1. . _ � i S1NI0r
S _ . . : : :P: : :° : : .� . . 1H011-eia±VM
IN1W3SVON] 11]eION00 ,8, SSV-1O - • � ` - -I I 6]18di(la HEM
NI�
WfIWINIW «9 - . . a. ... ..::•
i_1 I I=� - _ - _ - - - - I-11 I- 1 I-11 I-
H 7 ---I
]NI1 aNfOe10 11IH> V8 1d?EN3O
1111
• �NI-I e:1 LVM
COL
• ONISSOdO ]dId AO IGIS HOV3
IN1WIS'ON3 113e1ONOO AO WNWINIW �O L
APPENDIX °A '
Ai, �.
HARDWALL FABRICATORS, INC.
PRE-CAST CONCRETE MANHOLES H F-202
P.O. BOX 257, 600 NEWMAN ROAD
NORTH MIAMI, OKLAHOMA 74358
PHONE(918)542-1884
f
RING CAST IN PLACE
UNLESS NOTED
�j i 1 1
J
27, CI APPROVED
i \ ►- BY:
J \ TITLE:
w ENGINEER:
i x iy DATE:
STEPS - 15' ❑,S, z x 3
(WHEN SPECIFIED) f zo a N COMMENTS
W ~
i A
z LAa.
i _a.. ..a--- 5'
z
APPROVED
WATERPROOF
f •
MASTIC of A BY:
(BY OTHERS) in N TITLE:
i I 0
o �' CONTRACTOR:
DATE:
4'-0' -
w
-.) COMMENTS
f N
O
C❑NTINU❑US REINF❑RCEMENT
STEEL IN SIDE WALLS
AND BASE
GENERAL INFORMATION
MEETS ASTM C-478
MASTIC JOINT
BASE & INVERT (PREFINISHED)
• . �-..r CAL.
, DATA; RAM NEK K. L SNYDER COMPANY,. INC'i -,.
.. -' GASKET nw1:1o« j 2100 Travis Street'Houston, Texas 77002 , :,'.
BULLETIN Pr.form•d Flexible Plastic Joint Sealant Toll-Free..(800)'231-4549*Texas: Call Collect (713) 650
w
K.T. SNYDERg
H RAM-NEK® FLEXIBLE PLASTIC GASKETS
SINGLE GASKET METHOD
•M SEALANTS for sealing reinforced concrete culverts, storm drains & sewer pipe
SINCE 1955
THIS BULLETIN DESCRIBES A PLASTIC GASKET MATERIAL THAT MEETS HUNDREDS OF CITY, COUNTY, STATE AND FEDERAL SPECI-
FICATIONS, ALL OF WHICH ARE BASED ON MORE THAN TEN YEARS OF SUCCESSFUL, PROVEN FIELD PERFORMANCE.
RAM-NEK® Gasket a no
Paper
o .
4 � +
v . ., , • a a a
. I."0
TONGUE " GROOVE
•
a a . • RAM-NEK° Primer, , I
L
when needed
The ONTHE•BANK FABRICATION of a RAM-NEK' Note:For exterior squeeze-out.place RAM-NEK'on the For Concrete Pipe of All Sizes,
joint. The sketch above is intended only to represent the tongue of the pipe joint, as shown.
For interior RAM- Shapes and Service
proper positioning of the preformed plastic gasket strip. NEK'squeezeout placeRAM--NEK gasketsonthegroo,e
* RAM-NEK® Primer may not be required, but it is recommended.
MINIMUM INSTALLATION REQUIREMENTS (Single Gasket)
TRENCH CONDITION — Conditions in the sewer PIPE ALIGNMENT — Care shall be taken to properly
trench shall be such that pipe jointing can be accom- align the pipe before joints are forced home. During
plished without getting mud, silt, gravel or other insertion of the tongue, the pipe shall be partially
foreign material into the joint. In general this means supported by the crane to maintain concentricity
that the trench shall be adequately dewatered, with a until the plastic gasket is properly compressed in the
firm bottom free of muck. joint space.
GASKET APPLICATION — Apply one coat of RAM-
NEK® Primer to clean, dry joint surfaces and allow to PULL—UP OR PUSH—UP PRESSURE —Sufficient
dry. Remove the paper wrapper from one side only pressure shall be applied in making the joint to assure
of the two-piece wrapper on the RAM-NEK® gasket. that the joint is home and evidence of a slight squeeze-
The outside paper will protect the gasket and assure out of the plastic gasket occurs at the outside or
against stretching. Before laying the pipe in the inside of the pipe joint. Backfilling can proceed as
trench, attach the plastic gasket strips end-to-end to soon as jointing has been completed.
the leading edge of the tongue or groove of each pipe
joint, forming a continuous gasket around the entire TECHNICAL SERVICE — In the event of difficulty
circumference of the pipe joint. Remove outside wrapper with the use or application of RAM NEK° Products,
prior to jointing the pipe. immediately contact the Technical Service Depart-
HANDLING — Pipe handling after the plastic gasket ment of the K. T. SNYDER COMPANY, INC. for
has been affixed shall be carefully controlled to avoid assistance.
bumping the gasket and thus displacing it or covering
it with dirt or other foreign material. Any gaskets so *For the recommended size and quantity of strips,
disturbed shall be removed and replaced if damaged refer to the estimating guide on opposite page.
and repositioned if displaced. ASSOCIATE
RAM-NEK® Flexible Plastic Gaskets meet the following national specifications:
amen(an
• Federal Specifications SS-S-210 A, "Sealing Compound, Preformed Plastic for Pipe Joints", Type I, Rope Form. on(rele
• AASHTO Designation M-198 75 I, Type B, Flexible Plastic Gasket(Bitumen). Pe
I'M P O R T A N T assunauon
For maximum adhesion, or in cold or wet weather, it is recommended that both the RAM-NEK®gasket strip and MEMBER
the joint surfaces to be sealed be lightly torched immediately prior to application.
•
RAM-NEK*Preformed Plastic Gasket meets or exceeds all require- alkalies and saturated hydrogen sulfide) for a period of 30 days.
ments of Federal Specifications SS-S-210 A', "Sealing Compound, The Sealing compound shall be produced from blends of refined
Preformed Plastic For Pipe Joints", Type I, Rope Form. Such Plastic hydrocarbon resins and plasticizing compounds reinforced with
gasket shall be equal to RAM-NEKc= as manufactured by K.T.Snyder inert mineral filler, and shall contain no solvents, irritating fumes
Company, Inc., of Houston, Texas, and shall meet the following or obnoxious odors. The compound shall not depend on oxidizing,
requirements. evaporating,or chemical action for its adhesive or cohesive strength.
SS-S-210 A, (3.4 ADHESION & HYDROSTATIC PRESSURE). The It shall be supplied in extruded rope-form of suitable cross-section and
sealing compound shall not leak at the joints (while being tested at of such sizes as to fill the joint space when the pipes are laid.
10 psi)for a period of 24 hours,as tested in section 4.5.2. The sealing compound shall be protected by a suitable removable
(3.5 SAG OR FLOW RESISTANCE) - vertical and overhead 1" wide two-piece wrapper. The two-piece wrapper shall be so designed that
joints no sagging shall be detected (while being tested at 135°F) one-half may be removed longitudinally without disturbing the other
for a period of 5 days. half to facilitate application of the sealing compound. The flexible
(3.6 CHEMICAL RESISTANCE) no visible deterioration of the seal- plastic gasket shall also meet the requirements as stated in the
ing compound (when immersed separately in solution of acid, following table:
'. ., •. COMPOSITION - - :--TEST.METHOD --• ,'-- - .-44A1111N:
. :• .:. ,;aMAX.
Bitumen(petroleum plastic content) ASTM D 4 50 70
Ash-Inert Mineral Matter AASHTO T 111 30 50
Volatile Matter ASTM D 6 - 2.0
•
%. :PROPERTY•. : 1. :TEST:1-METHOD: *MIN. . :MAX.
Specific Gravity (a? 77°F ASTM D 71 1.20 1.35
Ductility @ 77°F (cm) ASTM D 113 5.0 -
"Softening Point ASTM D 36 320°F . -
Penetration 77°F (150 gms) 5 sec. ASTM D 217 50 120
'Flash Point,C.O.C. ASTM D 92 600°F -
°Due to the nature of the material, each sample to be tested must be manually hneaded, in lieu of heating and
pouring, into various molds suggested by ASTM Standards to reduce the void content and improve
testing accuracy and reproducibility.
DATA SHEET AND ESTIMATING GUIDE (Approx.) SINGLE GASKET METHOD
IMPORTANT! The suggested gasket sizes CONCRETE CULVERTS, STORM DRAINS
shown will generally allow visual evidence of Minimum Requirements Approximate (Tolerance -+ 10%)
"Squeeze Out" after the pipes are properly
jointed, and will"Fill the Joint". PIPE, -PRIMER' 'CUTzLENGTHS
`JSIZE . PER•100:ITS: .. . - :`PER110INT.
12" 1.5 gals. 11/2 pcs. 1"x 2'6"
GENERAL - -15' 1.9 gals. 2 pcs. 1"a 2'6"
For use with round C-76 mortar joint pipe.modified C-443,single - - ---- -- ------ ---
and double offset and recessed pipe and for oval,arch,flat base, -18'__ _ 2.7 gals. _ 21/2 pcs. 1"x 2'6"
box and manhole pipe structures. Suitable for joints with (1) 24" 3.8 gals. 2 pcs. 11/2"x 3'6"_
Tongue and groove slopes or tapers 1°to 14°;(2)Out of roundup 30" 6.2 gals. 21/2 pcs. 11/2"x 3'6"
to '/s" and (3) Annular space '/i6' to 1/4". -- - -` _
36" 8.5 gals. 3 pcs. _ 11/z"x 3'6"_
DIMENSIONS 42" 9.5 gals. 31/z pcs. 11/2"x 3'6"
Gasket dimensions listed per pipe size are sized to fit most pipe 48" _ 12.0 gals. _4 pcs. 1
z/� x3.6"
meeting the above specification and having an approximate '/4" ram" 15.0 als. i 41 s
wide annular space after pipe are coupled. Check these dimen-
sions with your pipe. Gaskets are available to fit any specific 60" 20.0 gals. 5 pcs. is/�"x 3'6"
dimensions at proportionate prices. 66" 25.0 gals. 51/2 pcs. 13/4"x 3'6"
PACKAGE 72" 30.0 gals. 6 pcs_ 2"x 3'6"
RAM-NEK® Gaskets are shipped in fiber cartons in straight cut 84" 32.0 gals. 7 pcs. 2"x 3'6"
lengths for easy makeup of joints with number of pieces of each 96" 35.0 gals. 8 pcs. 2"x 3'6"
type listed. (RAM-NEK® is self-welding, sticks to itself, guarantee- - - --- --
ing continuous sealing at laps).'/4"is packed 50 pcs per carton/1" TYPICAL RAM-NEK GASKET
-35 pcs.per carton/1'/4"-28 pcs.per carton/11"-20 pcs.per car-
ton/1'/"-13 pcs.per carton/2"-10 pcs.per carton.Each piece is 'i?'SIZE<'-;.APPROL SHAPE-_.CROSS•SECTION .: klN1/FT. ,'d.L8S:/PC.';
individually wrapped in a two-piece paper wrapper for easy handling y4" 1" x 1 1" .47 sq.in. 5.6 .65 lb.
and application.
'The Commissioner, Federal Supply Service, General Services 1" 5/5" x 11/2" 94 sq.in. 11.3 1.3 lbs.
Administration, approved the Reinstatement of SS-S-210A by their 11/2" s " x 2" 1.25 sq.in. 15.0 2.7 lbs.
notice of December 16, 1981. 1'/" 34" x 2 1" 1.88 sq.in. 22.5 3.5 lbs.
Printed copies of this notice are available upon request. 13" 1" x 3" 3.00 sq.in. 36.0 5.3 lbs.
2" [ 1" x 3'/" 3.50 sq.in. 42.0 7.0 lbs.
c1985 K.T.Snydei t......,.. u;, All Rights Reserved.
SGTG 6-85
•• r;R —.
{
3
s
i_ .
0 I� ♦ 9�
0 e I"
0
Q Q
%_-__ __ A—
! v v rr a rr rt tr u u tt a rt rr a rr rr v v u �r u ) jj
12 rr --1
r
_, ,r_)
Copolymer Polypropylene Plastic
/2 GRADE 60 STEEL REINFORCEMENT----- "
0
:0. ,0g (j°o Qpp p 5 3
�pQ o6 4°¢po;o0 4 II
SECTION-A
D,nb-•Q:.:
p4,a D4.po::
a" o 'aO,c),..7 '°'
p CI' 10 as 00 d.. ,4 PS1-PF
°°) r
ao ; -- Manhole Step
�.Qa. ao,aooY v�,)�a oD"9p;Q p,A9
, ,a a 9 a;D.v9 o..cs. •
DO q '/.oA o4�4'A;..' M.A. Industries Inc.
p •\)'2'' : 4X kelly Et dividend dr.
OO,p.Al';••
peachtree city ga.
30269
4-4-86