HomeMy WebLinkAboutOrdinance 3272 ORDINANCE NO . 3272 FILED
�JFOR RECORDMICROFILMED
P87
AN. ORDINANCE ESTABLISHING WEDINGTON U DR VEAn 9 42
SEWER IMPROVEMENT DISTRICT NO , 1 , WA �f; ; ; :{; TnFJ COUNTY AR
WHEREAS , parties claiming to be the ownersAW' PWUATiJAEiXy in
value , as shown by the last county assessment ,CfR6flit]3tE1 operty
located in the territory hereinafter described have iled a
petition claiming that an improvement district be established for
the purposes hereinafter set out ;
WHEREAS , after due notice as required by law , the Board of
Directors of the City of Fayetteville , Arkansas has heard all
parties desiring to be heard , and has ascertained that said
petition was signed by a majority in assessed value of the owners
0 of real property within said territory .
NOW , THEREFORE , BE IT ORDAINED BY THE BOARD OF DIRECTORS OF
THE CITY OF FAYETTEVILLE , ARKANSAS :
.,r
Section 1 . There is hereby established an improvement
district embracing the territory described in Exhibit " A" attached
hereto and made a part hereof for the purpose of designing and
i constructing a sewer collection system , and all necessary appur -
tenances thereto , and to perform all necessary or desirable legal ,
equitable and other matters in connection therewith , as is
determined to be appropriate by the Board of Improvement of such
sewer district to be part of the sewer system of the City of
li Fayetteville , Arkansas ,
Section 2 . Said district shall be known as Wedington
Drive Sewer Improvement District No . 1 ,
Section 3 . Phillip Ezell , Russell P . Jack and Eudell
Luttrell are hereby named as commissioners , who shall compose the
Board of Improvement for said district .
PASSED AND APPROVED this 2 day of June , 1987 .
APPROVED
By : lJlcQc , . J
M yor
AT1TS�m
/ C y `Clerk
°U UBER i 227 PAST 717
2 . 05
;ll
\J
EXHIBTr "A"
The test fractional half of the Northwest Quarter of Section
18 , T16N , R30W, and the Fest fractional half of the Southwest
Quarter of Section 7 , T16N , R30W, less and except that portion
lying north and east of the old KCSM Railroad , and the South
half and the South half of the Southwest Quarter of the
Northwest Quarter of Section 12 , T16N , R31W, and the South
half and the south half of the South half of the North half
of Section 11 , T16N , R31W, and the East half of the Southeast
Quarter and the East half of the West half of the Southeast
Quarter and the South half of the Southeast Quarter of the
Northeast Quarter and the Southeast Quarter of the Southwest
Quarter of the Northeast Quarter of Section 10 , T16N , R31W,
all in Fayetteville , Washington County , Arkansas .
J
uaER1227 ,*ArA18
CERTIFICATE OF RECORD 1, Alma Kollmeyer, Circuit Clerk and
State of Arkansas Ex-officio Recorder lar Washington County,
SS Arkansas, do hereby certify Ihrt this in-
City of Fayetteville strument was filed for record in my office
I, Suzanne C. McWethy, City Clerk and as indicated hereon and !he same is now
Ex-Officio recorder for the City of Fayetteville, duly recorded with the acknowledgement
do hereby certify that the annexed Or fore- and certificate thereon in Record Book and
going is Of record in my office and the same ap. Page as indicated thereon.
pears in Ordinance & Resolution book IN WITNESS WHEREOF, I have hereunto
XLi set my hand and affixed the seal of said
at page Witness my Court on the date indicated hereon.
hand and seal this day of
•, �r-7 / Alma Kollmeyer
7 9 ` ' Circuit Clerk and
Lwtficio Racorda
City lerk and Ex-Officio Rec r
ORDINANCE NO. 3272
A N O R D I N A N C E
E S T A B L I S H I N G
WEDINGTON DRIVE
SEWER IAPROVEMENT
IDISTRICTNO. I .
WHEREAS , pa rites
claiming to be the owners Of
a
majoclaiming
toy it value, as STATE Of ARKANSAS
shown by the last county as.
assessment, Of the property
located In the .territory County of Washington
hereinafter -described have
filed a petition claiming that nn i•, y
an improvement district be I - '�l�L /-7h hereby Certify that I
-established for the purposes
hereinafter setout; am the publisher of TA NORTHWEST ARKANS TIMES, a daily newspaper
WHEREAS, after due having a second class mailing privilege, and being not less than four pages of
notice as required by law,
the Board of Directors of the five columns each. Published at a fixed place of business and at a fixed Ida ily)
City of Fayetteville. Arkan- intervals continuously in the City of Fayetteville, County of Washington. Arkansas
sas has heard all parties
desiring to be heard, and has for more than a period of twelve months, circulated and distributed from an
ascertained that said peti- established place of business to subscribers and readers generally of all classes
tion was signed by a maiori- in the Cit and Count for a definite rice for each co p p
ty in assessed value of the Y Y P copy, or a fixed rice per
owners of real property annum, which price was fixed at what is considered the value of the publication,
within said territory.
NOW. THEREFOREBE based upon the news value and service value it contains, that at least fifty percent
NOEFO •
IT ORDAINED BY THE of the subscribers thereto have paid cash for their subscriptions to the newspaper
BOARD OF DIRECTORS or Its agents or through recognized news dealers over a period of at least six
OF THE CITY FA months: and that the Said newspaper publishes an average Of more than forty
TEVtion 1 . hereisARKANSAS:
Section established There is hereby percent news matter.
distri an improvement
district embracing the ter-
ritory described in Exhibit I further certify that the legal notice hereto attached In the matter of
"A" attached hereto and
made a part hereof for the
purpose of tlesignin9
constructing a sewer collect / L( Q. zt-£�
tion system, and all neces-
sary appurtenances thereto, _
and to perform all necessary was published in the regular daily issue of said newspaper for
or desirable legal, equitable consecutive insertions as follows:
and other matters in connec-
tion therewith, as is deter- p �� (
mined to be appropriate by The first Insertion on the O{..1= day of -�ti 19 d7
the Board of Improvement
Of such sewer district to be
part of the sewer system of the second Insertion on the day of 19
the City of Fayetteville,
Arkansas. I '
1 Section 2. Said district the third insertion on the day of 19
shall be known as Wedington
rive Sewer improvement
irict No. 1 . I? and the fourth insertion on the av—of 19
Section 3. Phillip Ezell.
Russell P. Jack and Eudell
Luttrell are hereby named j;
as commissioners, who shall y�
compose the Board of Im- S rn to and subscribed before me :'on this `�� Uv day of
provement for said district.
PASSED AND APPROV,
ED this2tlay o/ OV (tiyC t, q �
APPROVED .
. By : Marilyn Johnson -
Mayor
ATTEST r NO ry Public
By : Suzanne C. MCWethy
City Clerk
EXHISIT " l MV Commission EX ires:
The West fractionaal hall of P
the Northwest Quarter of
Section 18, T16N, R30and
ha
the west fractional half of
the Southwest Quarter of
Section r. T16N. R30W. less
and except that portion lying
north and east 01 the old
KC&M Railroad, and the
South half and the South half Fees for Printing
of the Southwest Quarter of
the Northwest Quarter of
Section 12, T16N. R31W, and Cost Of Pro0f —
the South half and the south
half of the South half of the
North half of Section n. Total
T16N, R31W, and the East _
halt of the Southeast Quarter
and the East half Of the West
half of the Southeast Quarter
and the South half of the
Southeast Quarter Of the
Northeast Quarter and the
Southeast Quarter of the
Southwest Quarter of Ine
Northeast Quarter of Section
10, T16N, R31 W, all in F ayet i
feville, Washington County
Arkansas.
S
• �� • MICROFILMED
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
OATH OF OFFICE OF COMMISSIONERS
I . Leonard Harris , do solemnly swear ( or affirm) that I will
support the Constitution of the United States and the Constitution
of the State of Arkansas , and that I will faithfully discharge
the duties of the office of Commissioner of Wedington Drive
Sewer Improvement District No . 1 , upon which I am now about to
enter , and I will not , either directly or indirectly , be interested
in any contract made by the board .
T6nard Harris
Subscribed and sworn to before me this 2Z day of June ,
1988 , W,
Notary Public
MY COMMISSION EXPIRES :
i
MICROfltMeU
ac -raez�
25 EAST CENTER STREET
FAYETTEVILLE. ARKANSAS 72701
•
TELEPHONE 15011 521-5555
Susan McWethy
City Clerk
113 W . Mountain
Fayetteville , AR 72701
Re : Wedington Drive Sewer improvement District No . 1
Dear Susan :
Enclosed is a piece of paper signed by Keith L . Schultz ,
reflecting changes in ownership in the Improvement District .
This should be placed in the file of the improvement District in
your office . It has been filed with the Washington County Tax
collector .
Si ! /e/rel/y ,
Richard P . Osborne
RPO : dl
RECEIVED
CITY CLERK'S OFFICE
Parcel N Owners Name Benefit
765 - 16216 - 000 Jack , Russell 13 , 286
765 - 16216 - 001 Clevenger , Clifford W . 3 , 321
765 - 16216 - 002 Smith , Wesley E . 9 , 163
3 3 —765 - 16211 -000 Mabry , Sam 9 , 449
765 - 16211 - 001 Mabry , Larue R . 859
765 - 09730 - 000 Laney , Joe ( 0 . 72 Acres ) No Change
,: 1KA -765 - 16124 - 001 Robbins , Mason G . 6 , 013
765 - 16124 - 000 Clevenger , Charles B , 859
SS4 - 765 - 16234 - 001 Atwood , Daniel 1 , 887
q6 - 765 - 16234 - 002 Atwood , Daniel 2 , 610
765 - 16234 - 000 Garrison , Randall W . 2 , 129
765 - 16236 - 000 Garrison , Randall W , 434
765 - 16237 - 000 Garrison , Randall W , 8 , 402
765 - 16212 - 000 Clevenger , Cecil 3 , 436
��A - 765 - 16212 - 001 Clevenger , Cecil 50154
MEU
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
OATH OF OFFICE OF COMMISSIONERS
I , Phillip Ezell do solemnly swear ( or
affirm ) that I will support the Constitution of the United States
and the Constitution of the State of Arkansas , and that I will
faithfully discharge the duties of the office of Commissioner of
Wedington Drive Sewer Improvement District , upon which I am now
about to enter , and I will not , either directly or indirectly , be
interested in any contract made by the board .
Phillip E 1
Subscribed and sworn to before me this Se/ day of
Vi➢nJc 1987 ,
Notary Public
My Commission Expires :
`f- S - 93
FILED 'vl AAY OFFICE THIS
_ DAY OF 19 67
�; / City ck)A
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
OATH OF OFFICE OF COMMISSIONERS
I , Russell P . Jack , do solemnly swear ( or
affirm) that I will support the Constitution of the United States
and the Constitution of the State of Arkansas , and that I will
faithfully discharge the duties of the office of Commissioner of
Wedington Drive Sewer Improvement District , upon which I am now
about to enter , and I will not , either directly or indirectly , be
interested in any contract made by the board .
Russ J/ h
Subscribed and sworn to before me this day of
1987 .
4,j POS
Notary Public
My Commission Expires :
FILED IN 1AY OFFICE THIS
DAY OF 19,37
��City Clork
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
OATH OF OFFICE OF COMMISSIONERS
I � Eudell Luttrell , do solemnly swear ( or
affirm ) that I will support the Constitution of the United States
and the Constitution of the State of Arkansas , and that I will
faithfully discharge the duties of the office of Commissioner of
Wedington Drive Sewer Improvement District , upon which I am now
about to enter , and I will not , either directly or indirectly , be
interested in any contract made by the board .
Eudell Luttrell
Subscribed and sworn to before me this o;) n,4 day of
.7Ct /V Q_ 1987 ,
(W 4ov�
Notary Public
My Commission Expires :
FILED IN MY OFFICE THIS
DAY O ig 37
'i7y Cl. Ck
a NORTHWEST ENGINEERS , INC .
524 W. SYCAMORE ST. • P.O. BOX 1173 • FAYETTEVILLE , ARKANSAS 72702 • (501 ) 443- 4535
June 3 , 1987
City Clerk
City of Fayetteville
113 W . Mountain
Fayetteville , AR 72701
Re : Wedington Drive Sewer Improvement District No , 1
Gentlemen :
Enclosed are the plans and specifications for the referenced improve -
ment district . We are submitting these pursuant to Ark . Stat . Annot ,
Sections 20 - 301 and 20 - 401 , and other applicable law , and at the
instruction and on behalf of the Board of Improvement of said district .
The estimated costs of the imrpovements include :
Basic sewer service for district (Note 1 ) . . . . . . . . . . . $ 920 , 000 . 00
Ozarks Electric service (Note 2 ) . . . . . . . . . . . . . . . . . . . . $ 402000 . 00
Oversizing (Note 3 ) . . . . . . $ 280 , 000 .. 00
Other expenses ( Note 4 ) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 1202000 . 00
TOTAL . . . . 1 . . . . . . . $ 1 , 360 , 000 . 00
After the city contributions ( explained in the attached notes ) the
Board of Improvement expects the bond issue to be under $ 600 , 000 . 00 .
Sincerely ,
Harry G . Gray , P . E .
HGG / kd
Attachment
FILED .,IN MY OFFICE THIS
_QDAY OF uML_ 1911
City Clerk
Note 1 : City contribution 50 % of amount shown .
Note 2 : City contribution 100 % of amount shown .
Note 3 : Included at request of City . City contribution
100 % of amount shown . Will oversize basic
service to provide for future development and
annexation of lands outside of district .
Note 4 : No City contribution . Includes expenses for
legal services , bond underwriters and counsel ,
easement acquisition , interim financing , and
etc . Engineering fees are included in amounts
shown with Notes 1 , 2 and 3 .
MICROF� MED
SPECIFICATIONS AND BID DOCUMENTS
FOR
SEWERAGE SYSTEM CONSTRUCTION
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
FAYETTEVILLE, ARKANSAS
NORTHWEST ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
JOB NO. 85-129
MARCH, 1987
FILED IN MY OFFICE THIS
DAY OF_________ _________197
City Clark
ADDENDUM TO CONTRACT DATED JUNE 3, 1987,
FOR CONSTRUCTION OF SEWER IMPROVEMENTS BY
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
OF FAYETTEVILLE, ARKANSAS
WHEREAS, the Wedington Drive Sewer Improvement District of
Fayetteville, Arkansas (the "Owner") has entered into an
agreement of even date herewith (the "Contract") with
5njelldat (Oar;,vz ,v,,,J CDhe4N/tit. , (the "Contractor") for the
construction of sewer improvements to serve the property located
within the Owner; and
WHEREAS, the Owner and the Contractor desire to enter into,
amend and modify the Contract as hereinafter set forth;
NOW, THEREFORE, the Owner and the Contractor hereby agree
that the provisions of this Addendum shall be made a part of the
Contract, and the Contract shall be deemed to include the
provisions hereof as if fully set forth therein.
Section 1. The Contractor agrees that the Owner may cancel
the Contract immediately upon notice to the Contractor if,
because of the inability of the District to provide financing
for the sewer improvements or for any other reason, the
intentions of the Owner to construct the sewer improvements are
frustrated.
Section 2. The Owner agrees that upon any cancellation of
the Contract pursuant to Section 1 above, the Owner will pay the
Contractor for any work performed by the Contractor pursuant to
the Contract to the date the Contractor receives notice of such
cancellation, in accordance with the provisions of the'Contract.
I
I
I
I
Section 3. The Owner further agrees that upon any
cancellation of the Contract pursuant to Section 1, the Owner
shall pay the Contractor for all materials purchased by the
Contractor prior to the date the Contractor receives notice of
such cancellation, at the rates set forth in the Contract, plus
a ten percent (10%) re -stocking charge.
IN WITNESS WHEREOF, the Owner and the Contractor have
hereto set their hands and seals.
1
ATTEST:
Ii
I
I.
1
ATTEST:
I
I
I
Secretary
1826C-2
Suea�NST. Co . TN c_
Contractor
-2-
WEDINGTON DRIVE SEWER
IMPROVEMENT DISTRICT OF
FAYETTEVILLE, ARKANSAS
Owner
By: ENV _ ..__..A1
Chairman
GPI \
SPECIFICATIONS AND BID DOCUMENTS
FOR
SEWERAGE SYSTEM CONSTRUCTION
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
FAYETTEVILLE, ARKANSAS
NORTHWEST ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
JOB NO. 85-129
MARCH, 1987
NORTHWEST ENGINEERS, INC.
ADDENDUM NO. 1
April 15, 1987
JOB NAME: Sewerage System Construction for Wedington Drive Sewer
Improvement District
JOB NO.: 85-129
DESCRIPTION OF CHANGE: Add the attached TEST CHART FOR AIR
TESTING SEWERS to Section 2-300 of the "Standard Specifications
for Sewer Main Construction".
Contractor shall attach this addendum to the Specifications and
it shall be considered a part thereof.
Recommended: April 15, 1987
NORTHW ST ENGINEERS, I C.
RECEIPT ACKNOWLEDGED:
c7g/?
DATE
TEST CHART FOR AIR TESTING SEWERS
Leakage Testing of Sewers by Low Pressure Air Loss
(Time Pressure Drop Method)
Minimum time in seconds for 1 psig drop (3.5 psig to 2.5 psig)
1.
Distance
,Between
• 6 8 10 12 15 18 21 24
100 40 70 110 155 245 350 480 625
150 60 105 165 235 365 500 595 680
200 80 140 220 315 425 510 595 680
250 100 176 270 340 425 510 595 680
300 120 215 283 340 425 510 595 680
350 140 226 283 340 425 510 595 680
'400 160 226 283 340 425 510 595 680
450 170 226 283 340 425 510 595 680
500 340 425 510 595 680
550 510 595 680
600 595 680
NOTE: Due to force resisted by plug restraints, testing of sewers larger
than 24" is not recommended.
1
I
1
[I
NORTHWEST ENGINEERS, INC.
ADDENDUM NO. 2
' April 24, 1987
JOB NAME: Sewerage System Construction for Wedington Drive Sewer
Improvement District
JOB NO.: 85-129
DESCRIPTION OF CHANGES:
1. A bid item for fittings for the 10" PVC force main is
added to the proposal. Replace the last two pages of the
"PROPOSAL FOR SEWERAGE CONSTRUCTION" with the attached two
pages.
2. Add the attached specification to the "DETAIL
SPECIFICATIONS FOR SEWER LINE CONSTRUCTION."
I
' Contractor shall attach this addendum to the Specifications and
Bid Documents and it shall be considered a part thereof.
Recommended: April 24, 1987
' NORTHWE ENGINEERS, INC.
Receipt Acknowledged:
CONTRACTOR DATE
I
11
I
I
1 M EST. UNIT
ITEM QUANTITY PRICE EXTENDED
Service Taps (6" x 4") 94 EA $ /EA
dollars/EA
(words)
10. 4" Service Line 2,000 L.F. /L.F. $
' dollars/L.F.
(words)
1. Service Line Cleanouts 8 EA $ EA S
dollars/EA
(words)
12. Mandrel Testing 51,639 L.F. $ /L.F. $
dollars/L.F.
(words)
,3. Septic Line Repair, Replacement
or Relocation 1,200 L.F. /L.F. $
dollars/L.F.
(words)
I4. Filter Rock for Septic Systems 300 Tons $ /Ton $ dollars/Ton
(words)
'5. New Construction - Starr Valley
Pump Station Lump Sum $ /L.S. $
' dollars/L.S.
(words)
16. Fittings for 10" PVC Force Main 2,120 LB $ /LB $
dollars/LB
(words)
37. Owl Creek Pump Station -
' Complete Lump Sum S /L.S.
dollars!L.S.
(words)
1
•1
i
i
1
1
1
i
1
1
1
1
1
1
1
1
1
1
1
Owl Creek Pump Station -
Complete, Submersible Pumps Lump Sum /L•S• $
dollars/L.S.
(words)
BASE BID TOTAL (Item Nos. 1 37) .............................
dollars total
(words)
ALTERNATE BID TOTAL (Item No. 1-35 and 37A) .................$
dollars total
If required by the Owner, a maintenance bond will be provided for up to fift,
fifty percent (50%) of the contract amount for a price of % of the
bonded amount.
Respectfully Submitted:
By
(Title)
Arkansas License No.
(SEAL - if bid is. by a corporation)
Ii
II
I
DETAIL SPECIFICATIONS FOR
SEWER LINE CONSTRUCTION
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
FAYETTEVILLE, ARKANSAS
4. ITEMS OF CONSTRUCTION
W. The
10"
PVC
force main shall
be
constructed with
a
minimum of
30 inches
of cover except
at
the locations
where
the line crosses
Owl
Creek. The force
main
shall be laid
to
the same grade
as the
parallel gravity
sewer at the
creek
crossings.
' Where rock is encountered in construction of the force main,
the maximum depth for payment for rock excavation shall be 4
feet measured from existing ground unless authorized
otherwise by the Engineer.
Where the contractor proposes to lay the gravity sewer and
force main in the same trench, minimum clear separations of
24" horizontally and 3" vertically shall be maintained. Both
lines shall be constructed, bedded as specified, on
' undisturbed earth or select material compacted to a minimum
of 92% of Standard Proctor Density. The horizontal
separation shall be increased at manhole locations to allow
construction of the manhole.
J
Added to specifications by Addendum No. 2, dated April 24, 1987.
Li
C1
I
I
I
I
NORTHWEST ENGINEERS, INC.
ADDENDUM NO. 3
April 29, 1987
JOB NAME: Sewerage System Construction for Wedington Drive Sewer
Improvement District
JOB No.: 85-129
DESCRIPTION OF CHANGE: In Section 12 of the "SPECIFICATIONS FOR
OWL CREEK PUMP STATION - SUBMERSIBLE PUMPS (ALTERNATE BID
ITEM)", the junction box conduit connection shall be 3 inch
rather than 2 inch.
Contractor shall attach this addendum to the Specifications and
Bid Documents and it shall be considered a part thereof.
Recommended: April 29, 1987
NORTHWEST ENGINEERS, INC.
RECEIPT ACKNOWLEDGED:
DATE
I
I
Ii
I
II
II
ADVERTISEMENT FOR BIDS
Notice is hereby given that sealed bids will be received by the
Wedington Drive Sewer Improvement District until 2:00 PM, May 4,
1987 for furnishing all tools, materials, and labor and
performing the necessary work in the construction of
approximately 25,700 L.F. 6" PVC Gravity Sewer, 10,700 L.F. 8"
PVC Gravity Sewer, 4,100 L.F. 10" PVC Gravity Sewer, 6,200 L.F.
12" PVC Gravity Sewer, 4,700 L.F. 15" PVC Gravity Sewer, 8,100
L.F. 10" PVC Force Main, 172 Manholes, Service Tees and Lines,
Sewer Pump Station, and other related work for the Wedington
Drive Sewer Improvement District, Fayetteville, Arkansas.
All
work,
material,
and construction
shall be in accordance
with
the
plans,
profiles,
and specifications.
Said plans,
profiles,
and
specifications
are on file
in the office
of
Northwest
Engineers,
Inc.
at 524 West
Sycamore Street in
Fayetteville,
Arkansas.
These
documents may
be obtained from
the
office
of
Northwest
Engineers upon the
payment of $50.00
for
each
set
which
will
not be
refunded.
Contractors
shall
make such
inspection and
studies of
the site
of the work
as
to familiarize
themselves
thoroughly
with all
conditions
to be
encountered.
Each bid must be accompanied by a cashiers check or surety bond
in the amount of 5% of the whole bid, said bond to be issued by
a surety company licensed to do business in the State of
Arkansas. Said bond or check shall be retained as liquidated
damages in the event the successful bidder fails, neglects, or
refuses to enter into a contract for the construction of said
work and furnishing the necessary bonds within 10 days from or
' after the date the award is made. A 100% performance bond will
be required to be posted with the District within 10 days after
the date of bid award.
Bids must be made upon the official proposal sheets contained in
the specification. All bids shall be sealed and the envelopes
addressed to:
O. E. Luttrell, Chairman
Wedington Drive Sewer Improvement District
P.O. Box 1173
Fayetteville, Arkansas 72702
'or bids may be delivered to the office of Northwest Engineers,
Inc., located at 524 West Sycamore Street, Fayetteville,
Arkansas. Bids may also be delivered, between the hours of 1:00
PM and 2:00 PM on the date of the bid opening, to Room 326 of
the City Administration Building located at 113 West Mountain
Street, Fayetteville, Arkansas. Bids will be opened at the above
specified time at Room 326, City Administration Building, 113
West Mountain Street, Fayetteville, Arkansas.
The attention of all bidders is called to the fact that they
must be licensed under the terms of Act 150 of the 1965 Acts of
the Arkansas legislature.
The Wedington Drive Sewer Improvement District reserves the
right to accept or reject any or all bids, waive formalities in
the bidding and make a bid award deemed to be in the best
interest of the City.
The
Wedington
Drive
Sewer
Improvement District further reserves
the
right to
withhold the
awarding of the contract for a period
not
to exceed
30
days after the receipt of bids.
This
bid is
subject
to the
availability of funds. Dated this
10th
day of April,
1987.
D.
E.
Luttrell,
Chairman
Wedington
Drive
Sewer Improvement District
F
II
I
I1
I1
I
I
INFORMATION FOR BIDDERS
SEWER CONSTRUCTION
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
FAYETTEVILLE, ARKANSAS
1. Instruction to Bidders:
The Wedington Drive Sewer Improvement District (hereinafter
called the Owner) will receive bids for construction of
sewer collectors, laterals, pump station, force main and
related items to serve a certain area in Fayetteville,
Arkansas.
2. Receipt, Opening, and Acceptance of Bids:
Bids will be received as stated in the Advertisement for
Bids. All bids shall be clearly marked on the outside of the
envelope that is a bid for Sewerage System Construction for
Wedington Drive Sewer Improvement District. Also, the
information on the outside of the envelope shall contain the
time and date for the opening of the bids, and the name of
the bidder. Each bid must be accompanied by a cashier's
check or surety bond in the amount of 5% of the whole bid.
Said bond or check shall be placed in an envelope and
attached to the outside of the bid envelope. The Owner may
reject any and all bids. Any bid submitted by a Contractor
and not accepted by the Owner within a period of 30 days of
submission of the bid may, at the option of the Contractor,
be withdrawn from consideration for the proposed work. This
bid is subject to the availability of funds.
3. Estimated Quantities:
The Engineer's estimate of quantities is approximate only
and shall be used for the basis for receiving unit price
bids, and shall not be considered as the actual quantities
that may be required for the completion of the proposed
work. The quantities, at the unit and lump sum prices bid
for each item shall be used to determine the amount of bid
for comparison with other bidders to aid in determining the
lowest and best bidder for the purpose of awarding the
contract, and will be used as a basis for fixing the amount
of the required bond.
' 4. Completion of Bidding Forms:
I
I
I
The bidders must state a unit price for each item as shown
on the proposal schedule. The price must be stated in
figures and in words on the blanks provided far on the
schedule and must be clear, legible, and in ink. Unit prices
shall include amounts sufficient for the furnishing of all
labor, materials, tools, and equipment in order to construct
and completely finish all of the work as called for in the
Specifications and as shown on the Plans.
I
I.
5. Balanced Bids:
The prices bid on the various items of work shall bear a
' fair relationship to the cost of the work to be done. Any
bids appearing unbalanced and deemed not to be in the best
interest of the Owner may be rejected at the discretion of
the Owner.
5. Qualifications of Bidders:
If requested by the owner or engineer, the bidders must
submit satisfactory evidence of his ability and competency
to perform the proposed work. The Owner reserves the right
to reject a bid if the bidder has not submitted, upon
request, a statement of his qualifications prior to the date
of the bid opening.
7. Subcontractor:
The Contractor must obtain written approval from the Owner
' before assigning or subletting all or any part of this
contract. The Contractor shall not allow an approved
subcontractor to commence work until he has provided and
obtained approval of such compensation and public liability
insurance as may be required. The approval of each
subcontract by the Owner will not release the ocntractor
from any of his obligations set out in the plans,
specifications, contract, and bonds.
8. Alternate Bid for Owl Creek Pump Station
The base bid for the Owl Creek Pump Station shall be for a
wetwell with a dry pit pump station. Each bidder shall
submit an alternate bid for the pump station utilizing
submersible pumps. The Owner reserves the right to select
which station will be constructed.
I
1
I.
I
PROPOSAL FOR
SEWERAGE CONSTRUCTION
FOR
DRIVE SEWER IMPROVEMENT
FAYETTEVILLE, ARKANSAS
Proposal of
called "Bidder") a
*Shrader Construction
Co..
Inc. (hereinafter
existing under the
corporation, organized
and
laws of the State
doing business as
of Arkansas, a
Corporation.
partnership,
or an individual
To
the Wedington
Drive
Sewer
Improvement District,
Fayetteville,
Arkansas
(hereinafter
called
"Owner")
Gentlemen:
The Bidder, in compliance with your invitation for bids for
the construction of Sewer Lines, Pump Station, and related work
•in Fayetteville, Arkansas, having examined the plans and
specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including
the availability of materials' and labor, hereby proposes to
furnish all labor, materials, and supplies, and to construct the
project in accordance with the contract documents, within the
time set forth therein, and at the prices stated below -. These
prices are to cover all expenses incurred in performing the work
required under the contract documents, of which this proposal is
a part.
Bidder hereby agrees to commence work under this contract
on or
before
a date to
be specified
in written "Notice
to
Proceed"
of
the Owner and
to fully complete
the project within
300 consecutive
calendar
days thereafter
as stipulated in
the
specifications.
Bidder
further agrees
to pay as liquidated
damages,
the
sum of $300.00
for each consecutive
calendar
day
thereafter
as hereinafter
provided in
Paragraph 19 of
the
General
Conditions.
acknowledges
Addendum #1 -Dated 4-15-87, Addendum #2 -Dated 4-24-87,
Addendum #3 -Dated 4-29-87
corporation, partnership or individual as applicable.
Addendum number(s) or the word "None" as applicable.
Bidder agrees to perform all the construction work
described in the specifications and shown on the plans for
the following unit and lump sum prices:
EST. UNrT
ITEM QUANTITY PRICE EXTENDED
Clearing Lump Sum $12,000.00/L.S. $ 12,000.00
Twelve Thousand Dollars and No Cents/L.S.
(words)
6" PVC Gravity Sewer
25,018 L.F. $ 8.09/L.F. $202,395.62
Eight Dollars and Nine Cents/L.F.
(words)
6" Ductile Iron Gravity Sewer 54 L.F.
Seventeen Dollars and Twenty -Five Cents/L.F.
(words)
8" PVC Gravity Sewer
$ 17.25/L.F
$ 931.50
11,462 L.F. $ 9.07/L.F. $103,960.34
Nine Dollars and Seven Cents/L.F.
(words)
10" PVC Gravity Sewer 4,156 L.F. $ 10.51/L.F. $ 43,679.56
Ten Dollars and Fifty -One Cents/L.F..
(words)
12" PVC Gravity Sewer 6,226 L.F. $ 12.03/L.F. $ 74,898.78
Twelve Dollars and Three Cents/L.F.
(words)
15" PVC Gravity Sewer
4,723 L.F. $ 15.53/L.F. $ 73,348.19
Fifteen Dollars and Fifty -Three Cents/L.F.
(words)
15" Ductile Iron Gravity Sewer 110 L.F. $ 27.25/L.F. $ 2,997.50
Twenty -Seven Dollars and Twenty -Five Cents/L.F.
(words)
10" PVC Force Main (01.160) 8,135 L.F. $ 15.53/L.F. $126,336.55
Fifteen Dollars and Fifty -Three Cents/L.F.
(words)
I
[ i EST.
ITEM QUANTITY.
. Sewer Manholes 172 EA
Seven Hundred Dollars and No Cents/EA
(words)
UNIT
PRICE EXTENDED
$ 700.00/EA $120,400.00
1'. Extra Depth for Manholes
(Over 7') 54 V.F. $ 75.00/V.F. $ 4,050.00
' Seventy -Five Dollars and No Cents/V.F.
(words)
1'. Extra Trench Depth (Over 7') 8,185 L.F. •$ 3.00/L.F. $ 24,555.00
11.
I
11.
1
li
I
I
Three Dollars and No Cents/L.F.
(words)
Highway Bore and Case
(16" Casing) 36 L.F. $ 83.33/L.F. $ 2,999.88
Eighty -Three Dollars and Thirty -Three Cents/L.F.
(words)
Highway Bore and Case
(18" Casing) 36 L.F. $ 83.33/L.F.,$ 2,999.88
Eighty -Three Dollars and Thirty -Three Cents/L.F.
(words)
Highway Bore and Case
(20" Casing) 36 L.F. $ 84.44/L.F. $ 3,039.84
Eighty -Four Dollars and Forty -Four Cents/L.F.
(words)
Paved Street Crossings
Three Hundred Dollars and No Cents/EA
(words)
7 EA $ 300.00/EA $ 2,100.00
Paved Driveway Crossings 8 EA $ 175.00/EA $ 1,400.00
One Hundred Seventy -Five Dollars and No Cents/EA
(words)
Gravel Street Crossings 24 EA $ 75.00/EA $ 1,800.00
Seventy -Five Dollars and No Cents/EA
(words)
I
TEM
N
1 .
EST. UNIT
ITEM QUANTITY PRICE EXTENDED
Concrete Encasement @ Creeks 910 L.F. $ 15.50/L.F. $ 14,105.00
Fifteen Dollars and Fifty Cents/L.F.
(words)
Concrete Encasement @
Water & Gas 176 L.F. $ 11.00/L.F. $ 1,936.00
Eleven ❑ollars and No Cents/L.F.
(words)
Concrete Encasement,
Shallow Line 775 L.F. $ 7.40/L.F. $ 5,735.00
Seven Dollars and Forty Cents/L.F.
(words)
Rock Excavation 3,500 C.Y. $ 23.50/C.Y. $ 82,250.00
Twenty Three Dollars and Fifty Cents/C.Y.
(words)
SB-2 Base Backfill 1,200 C.Y. $ 13.12/C.Y. $ 15,744.00
Thirteen Dollars and Twelve Cents/C.Y.
(words)
Concrete Piers (6" D.I. Pipe) 2 EA $ 350.00/EA $ 700.00
Three Hundred Fifty Dollars and No Cents/EA
(words)
Concrete Piers (15" D.I. Pipe) 3 EA $ 555.00/EA $ 1,665.00
Five Hundred Fifty -Five Dollars and No Cents/EA
(words)
Service Taps (12" x 4")
16 EA $ 92.13/EA $ 1,474.08
Ninety -Two Dollars and Thirteen Cents/EA
(words)
Service
Taps (10"
x 4")
3 EA
Eighty
-Two Dollars
and Forty -Two
Cents/EA
(words)
Service
Taps (8"
x 4")
13 EA
Forty
Dollars
and
Seventy -Three
Cents/EA
(words)
$ 82.42/EA $ 247.26
$ 40.73/EA $ 529.49
T
ESTI, UNIT
ITEM QUANTITY PRICE EXTENDED
Service Taps (6" x 4") 94 EA $ 37.56/EA $ 3,530.64
Thirty -Seven Dollars and Fifty -Six Cents/EA
(words)
4" Service Line 2,000 L.F. $ 7.00/L.F. $ 14,000.00
Seven Dollars and No Cents/L.F,
(words)
Service Line Cleanouts
Sixty Dollars and No Cents/EA
(words)
Mandrel Testing
No Dollars and Five Cents/L.F.
(words)
Septic Line Repair, Replacement
or Relocation 1,200 L.F. $ 3.78/L.F. $ 4,536.00
Three Dollars and Seventy -Eight Cents/L.F.
(words)
8 EA, $ 60.OOEA $ 480.00
51,639 L.F. $ 0.05/L.F. $ 2,581.95
Filter Rock for Septic Systems 300 Tons S 11.10/Ton $ 3,330.00
Eleven Dollars and Ten Cents/Ton
(words)
New Construction - Starr Valley
Pump Station Lump Sum $ 8,000.00/L.S. $ 8,000.00
Eight Thousand Dollars and No Cents/L.S.
(words)
Fittings for 10" PVC Force Main 2,120 LB $ 1.50/LB $ 3,180.00
One Dollar and Fifty Cents/LB
(words)
Owl Creek Pump Station
Complete Lump Sum $70,680.00/L.S. $ 70,680.00
Seventy Thousand Six Hundred Eighty Dollars and No Cents/L.S.
(words)
I
11
Owl Creek Pump Station -
Complete, Submersible Pumps Lump Sum
$52,028.00/L.S. $ 52,028.00
Fifty -Two Thousand Twenty -Eight Dollars and No Cents/L.S.
I
(words)
' BASE BID TOTAL (Item Nos. 1-37) .............................$l,038,597.06
One Million Thirty -Eight Thousand Five Hundred Ninety -Seven Dollars and Six Cen
(words)
II
I
ALTERNATE BID TOTAL (Item No. 1-36 and 37A) .................$1,019,945.06
' One Million Nineteen Thousand Nine Hundred Forty -Five Dollars and Six Cents
'If required by the Owner, a maintenance bond will be provided for up to
.fifty percent (50%) of the contract amount for a price of 0.5% of the
bonded amount.
Res 11y Subm' e
BY
(Title)
Arkansas License No. 86 - 293y'
(SEAL - if bid is by a corporation)
I
I. CONTRACT
STATE OF ARKANSAS
COUNTY OF WASHINGTON
TF4JS AGREEMENT made and entered into on this &/t day of
, 1987, by and between the Wedington Drive Sewer
Improvement District, hereinafter called the OWNER, and 5' 6bZ
____=,2JCnrtA3._h_ /ne. , hereinafter called the CONTRACTOR.
WITHNESSETH: That Whereas, the OWNER has called for bids on
sewerage system construction in a certain area of Fayetteville,
Arkansas as set out in these Plans and Specifications and
WHEREAS, the CONTRACTOR has submitted the best bid for the work
set out in these Plans and Specifications,
NOW, THEREFORE, the CONTRACTOR agrees with the OWNER to furnish
all materials, labor, equipment, tools, supervision, insurance,
and other accessories and services necessary to complete the
work in accordance with the Plans and Specifications for the
unit and lump sum prices bid in the Proposal, said Proposal
being a part of this Contract.
IThe CONTRACTOR agrees to commence work on or before a date to be
specified in a written "Notice to Proceed" from the Owner and to
fully complete the project within 300 consecutive calendar days
thereafter. The CONTRACTOR also agrees to pay as liquidated
damages the sum of $300.00 for each consecutive calendar day
thereafter that is required to complete the project, plus
attorney's fees and an amount to be set by the court, court
costs, and all other costs of collection if said liquidated
damages are not paid to the District within 10 days of demand
for payment by certified mail, return receipt requested.
The OWNER agrees to pay the CONTRACTOR in current funds for the
performance of the Contract in accordance with the accepted
Proposal therefore, subject to additions and deductions, as
provided in the Standard and Detailed Specifications, and to
make payment on account there as provided below:
• As soon as is practicable after the first of each calendar
month, the OWNER will make partial payments to the CONTRACTOR
for work performed during the preceding calendar month, based
upon the Engineer's estimate of work completed, said estimate
being certified by the CONTRACTOR and accepted by the OWNER.
Upon completion of work and final acceptance by the OWNER and
Engineer, the Engineer shall issue a Final Estimate of work done
based upon the original Contract and subsequent changes made and
agreed upon, if any.
I'
II
I
C
5
E
I
I
I±1
I
I
Time is
hereby expressly
declared to
be of the essence on this
Contract,
and the time of
beginning,
manner of progress and time
of completion
of the work
hereunder,
shall be, and are essential
conditions
hereof.
If the CONTRACTOR be delayed at any time in the progress of the
work by any act or neglect of the OWNER or of his employees, or
by any other contractor employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fire, unusual
delay in transportation, unavoidable casualties or any causes
beyond the CONTRACTOR'S control, or by delay authorized by the
Engineer pending arbitration, or by any cause which the Engineer
shall decide to justify the delay, then the time of completion
shall be extended for such reasonable time as the Engineer may
decide. Similarly, should the CONTRACTOR be unable to complete
the work due to persistent inclement weather or because of
delays in delivery of necessary construction components,
allowances shall be made in the completion time. No such
extension shall be made for delay occurring more than seven days
before claim therefore is made in writing to the Engineer. In
the case of a continuing cause of delay, only one claim is
necessary.
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10)
days written notice, given CONTRACTOR by OWNER or by the
Engineer, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be
liable to the CONTRACTOR for any work theretofore performed
hereunder, said OWNER may complete the said contract at his own
expense, and maintain an action against the CONTRACTOR for the
actual cost of same.
The waiving of any one or more
on the part of any party t
particular instance, and shal
other breaches or covenants at
In the event any part of
unenforceable for any reason,
shall remain in full force and
of the covenants
iereto shall be
1 not be deemed
any time.
this contract
all other parts
effect.
of this contract
limited to that
a waiver of any
is found to. be
of this contract
This Contract shall be binding upon the heirs, representatives,
successors, or assigns of the parties hereto.
I
U
I
I
I
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set
their hands and seals, respectively.
WITNESS
TITLE:
'/a I a
U. -. U-
Wedington Drive Sewer
Improvement District
OWNER
(CHAIRMAN)
B Y :
Se e t a r y
I B Y : LaJIASki
Member % f the Board
t1`�wVhta cA'�
WITNESS
I
I
I
I
11
I
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we (1)
cM/1ArNu Zt a (2) ftcrLpoQAtorS
erei aft r called 'Principal" and (3) ,cL F,o -+—
of 17A�7 nNOR�, M D , State of
hereinafter called the "Surety," are held and firmly
bound unto (4) Wedington Drive Sewer Improvement District,
hereinafter cal l@d +hp "n,.,ner," in the penal sum of por11WO4 tJINt t�
7 Sct4 O __ f. _tiw�v_ RF D . 4v%"dollars ( S _
__,__-qI-+9'#50(n_) in lawful 'mone of the United States, for the
1.
payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators and successors, jointly and
severally, firmly by these presents.
THE
CONDITION
OF
THIS OBLIGATION is
such that whereas, the
Principal
entered
into a
certain contract with
Owner, dated the
3°°
day
of
JUNI_
, 19 $�
, a copy of which is
hereto
attached
and made
a part hereof for the
construction of:
Sewer Lines, Manholes, Pump Stations and Appurtenances
NOW THEREFORE, if the Principal shall well, truly and
faithfully perform its duties, all the undertakings, covenants,
terms, conditions, and agreements 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 which it may suffer by reason of failure to do so,
and shall reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any default, then this
obligation shall be void; otherwise to remain in full force and
effect.
PROVIDED, FURTHER, that the said Surety, for value received
hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the contract or to the work
to be performed thereunder or 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 or 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.
This bond is given in compliance with Act 351, Arkansas Acts
of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as
Arkansas Statutes (1957), Section 51-635, Cumulative Supplement.
IN WITNESS WHEREOF, this instrument is executed in six (6)
counterparts, each onel of which shall be deemed an original, this
the 4 day of I 19
ATTEST:
(Principal) ,Secretary
(SEAL)
.. •
ATTEST:
By:
Addres
Surety
P)A (,vC�e�
(Suret
By:
Witness as to S ety �_'l Ri L
i .
Address 1— `\ �722C
1 . , 5 , Lc t RO, A1L 7zz
Address
1 NOTE: Date of bond must not be prior to date of contract.
1 (1) Correct name of Contractor.
(2) A Corporation, a Partnership, or an individual, as the case
may be.
1 (3) Correct name of Surety.
(4) If Contractor is a Partnership, all partners should execute
bond.
1
H
PAYMENT BOND
A KNOW ALL MEN BY THESE PRESENTS: That
Ca (2)
C�Rpo(ZA �or
he e n fter calle "Princip l" and (3)
.� of
State of I
, hereinafter called the
"Surety," are held a d firmly bound unto Wedington Drive Sewer
tmorovement District, hereinafter called "Owner," in the penal
aJ M , L Li oi.c rA 4.1 Z1 k�ws� yS�� t rAL H� t:1L1R
ot9 9y5. o(o_) ; tai
CONDITION OF THIS OBLIGATION is such that whereas,
entered into a certain contract with Owner dated
day of `UN(= , 197_, a
$
ayment of which sum well
, our heirs, executors,
sum of
°
I(o1'ol
Lars
THE
I
Principal
3rzo
C
we ( 1
ful money of the United States,
and truly to be made, we bind
administrators and successors,
these presents.
of which
is
hereto
attached and ,nade a part
hereof
for
construction
of:
the
the
copy
the
Sewer Lines, Manholes, Pump Stations and Appurtenances
NOW THEREFORE, if the Principal shall promptly make payment
to all persons, firms, subcontractors and corporations
' furnishing materials for or performing labor in the prosecution
of the work provided for in such contract, and any authorized
extension or modification thereof, all amounts due for but not
limited to, materials, lubricants, oil, gasoline, repair on
' machinery, equipment and tools, consumed or used in connection
with the construction of said work, fuel oil, premium for bonds
and liability and workmen's compensation insurance, rentals on
' machinery and equipment; 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.
I
I
H
PROVIDED FURTHER, that the said surety, for value received
hereby stipulates and agrees that no change, extension of time,
alteration 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.
I
This bond is given in compliance with
Act 351,
Arkansas
Acts
of 1953, and Act 209, Arkansas Acts
of 1957,
the same
appearing
as Arkansas Statutes (1957) Section
51-635,
Cumulative
Supplement.
IN WITNESS WHEREOF, this instrument is executed in six (6)
counterparts , each one of which shall be deemed an original,
this the 3 - day of c_UNG , 19 M1 .
II
11
II
(Pr/inci pa
EAL)
Secretary
Ic
Witness as to principal
Address
Address 1 `1
ATTEST:
lea r
(SEAL)
l�
Witness as to S rety
sit, L* Ram k
Address
Surety
By: "'ol
A torney i -Fa/ct
(� h L,A z are.
Address 7uo3
7uo3
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 the case may
be.
(3) Correct name of Surety.
11
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we (1) B-AbU-
ainai4te. called "Prin ipal" and 3)
Co of , State of(r..cI
hereinafter called the "Surety," are held and firmly
bound unto the City ..+ Fayetteville, as Obligee, in the penal sum of. Bif. 2Cn N,cl- TN,-.\SA+4D •r'3 $t () .. �tifl SJt 4
rio -
� )31 iars-(S sod 9%a s3 ) in lawful money of the United'
States, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators and
successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the
Principal entered into a certain contract with the Wedington
Drive Sewer Improvement District, dated the 3RD day of
J U l 1987, a copy of which is hereto attached and
made a part hereof for the construction of:
Sewer Lines, Manholes, Pump Stations and Appurtenances
NOW THEREFORE, if the Principal, upon receiving notice
within a period of one year from the date of acceptance of the
sewer lines, manholes, pump stations and appurtenances by. the
City of Fayetteville, of defects or necessary maintenance in the
improvements made under the referenced contract, shall promptly
correct said defects and perform the necessary maintenance in
keeping in compliance with the contract documents, then this
obligation shall be void; otherwise to remain in full force and
effect.
PROVIDED, FURTHER, no right of action shall accrue on this
bond to or for the use of any person or corporation other than
the Obligee named herein or the heirs, executors, administrators
or sucessors of Obligee.
IN WITNESWHEREOF, this instrument is executed this
3R9 day of J0W(5 , 1987.
I
ATTEST:
ipal)/Secretary
ness as t rinctpal
1-0
Surety
BY:
is -lac
Witness as to Su ty
(1) Correct name of Contractor
(2) A Corporation, a Partnership, or an individual, as the case
may be.
(3) Correct Name of Surety.
I
CERTIFIED COPY
I
I
I
I
ri
GENERAL POWER OF ATTORNEY
No.........,..97090.................
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of ;Maryland, does hereby constitute and appoint
Judy Franks
of the Cityof Little Rock ,Stateof Arkansas
its true and lawful attorney in and for the Stateg of Arkansas and Texas
for the following purposes, to wit:
To sign its name as surety to. and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a pan of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
Judy Franks
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 19th day of
April vA, D.19 85
UNITED STATES FIDELITY AND GUARANTY COMPANY.
Cecil E. Estes
(Signed) By ........................................................
Vice -President.
(SEAL) A. Louisa Rush
(Signed) ............................ .............
Assistant Secretary.
STATE OF MARYLAND.
w:
BALTIMORE CITY,
On this 19th day of April , A. D. 198 5 . before me personally came
Cecil E. Estes , Vice -President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and A. Louisa Rush , Assistant Secretary of said Company, with both of
whom I am personally acquainted. who being by me severally duly sworn, said that they, the said C e c ii E . Este s
and A. Louisa Rush were respectively the Vice -President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President
and Assistant Secretary. respectively, of the Company.
My commission expires the first day in July, A. D. 19.86„
Margaret M. Hurst
(SEAL) (Signed) ...............................:..„-.........
Notary Public.
STATE OF MARYLAND )
Se J
BALTIMORE CITY, t.
1, Saundra E . Banks , Clerk of the Circuit Court for Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Margaret M. Hurst . Esquire. before
whom the annexed affidavits were made, and who has thereto subscribed his name. was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Circuit Court for Baltimore City, the same being a Court
of Record, this 19th day of April , A. D. 19 85
(SEAL) (Signed) Saundra E. Banks
Clerk of the Circuit Court for Baltimore City.
FS 3 (1.93)
I
I
1
•Lm2a13ag nmtnzry
.............................................. ....
alas)
uo .LNVd)NOJ
L.LNVHV(IO UNV umau S3.LVSS UfIINII 241 ;o !aw 242 pug puvg Lm las omnalay aaaq I '/oalayd) .Cuownny u)
'8ullaaw p!w jo salnu!w 3147 u! papioaal sa )031342 a10gm 341 pug 'uonflosaz
p.. Jo Moo 1391303 pov anal v s! 8u!o8uoj 3147 2147 pun'luasud sam szo23aa.(I Jo pivog agl;o mnlonb a 2ullaaw ga1gm 1e '1861'lagwaao!j
jo Lep 9157, 2142 uo 'uowtgvg )o A3 341 u! Luvdwo3 2141 jo 3390 aqi lv p[24 put pajjv3 L[np LuadwoD p!w jo s1o13311U ;o piPOB
342 jo 3ugaam nInS z v in poldopv uonnlosu v jo aauvnuod u! uau8 sun Lauzony jo larod p!w layl L)luaa 13yunj op I puy
132jra puv Quo) [[n) o! [[!n at pug pa1[ou1 uaaq laaau cvq Lauaouv jo 13mod gatgm 'quo;
tas u!ua41 w spuoq o2u 02 ya; 9utrarodma pug 2unuoglwv ' gggtj j y ax0OH aTVV?rI j0
exd APnC of Luvdmo3 p!n Ly
uas!8 Lau1o2/g jo 13mod lvui2uo aye jo Ldoo 7331103 pun 31111 '1[11j a Si 8ulo2aloj aye 2042 L;!uaa Lquaq op 'LNVdP1OJ AIM VUV(It)
QNV A.Lr12UL3 S3.LVJ.S U3.LINII 241 JO Laatu32S luan!99y II?' fl02523 W 9a112[' 'I
•amn 3141 jo zaylla;o aan2ga 347 or Sulyphug so '8un[vuapun so'uonelndlla 'uong8!lgo 'o3unlu2o3u 'puoq yaps Lay u! 1oj pap!Aoad aq .(ew
g3!gm suop!puo3 Luv to ealglLae jo 8ulop too 10 8ulop 342 105 pauonlpuo3 'laaaoa2agm anlovdva 11e pue Lue of 'aaaaoslggm uohw!uebau
£0 Untivowsa £3g2o 10 Liqud13tunw 'leualu! 'aogo 'Lpoq •Umluodaoa 'euouad to uosnd Aug 10; 10 (q ';o uollaalold io Lnlnaas 3141 Jot
poploou 10 p219 'palda3aa 'pazapual 'uaal8 uagw 'apam 'palnoaxa aq 01 pauluuad 10 pumbaa 'pamo11v acim13g10 10 ledumnw '[goo[
'12aso 10 aaljlo 'uogntua2so 'Lpoq 'pvoq Lue jo witlaa3alp to aa!lanid 'suiolsna 'slaplo 'suollelfSai 'sapu aql .(q 10 'VpguuD jo auuullat
10 9a3uieold aql jo 10 a191s pallu(I 3141 50 L10al113y 10 a161s Lue jo 10 satals pallu1j 341 JO alnlals Lue Lq 10 aslmi2y10 10 1odia!unw
'mq Lq Lew 13 an ya!ym •3ww 3141 jo 134113 )o 31112011 3142 uc 8u141Lue jo a2uppuapun suonalndus 'suoneyggo 'sa3uU2luilo3aa 'spuoq
no pa. Lug j0 5u0rnpu03 391 aatuuan8 pug 31113313 0111ua2910 1ua2a 10 'taej-ul.Lauaona 10 43320139 g1! go pue amen e1! Iii 'oqy
pug 'pam0[[e
mat Lq to 's2ulpaaaold 10 suOl73a !le u! paupu13d 10 pannbu 's2un1vuapun put spuoq 8u!aaluazgn8 10 yulln3axa pue sal314od aauomsur
ualp laylo sl3elluoo jo saauemlopad ayl 8uraatuelan8 'tsnal a1vaild 10 3llgnd jo suon!sod eulplo4 suosaad jo Ltyapg 3141 duna1ugjend
9230111103 [[e pat Lu➢ 13A![3p pa atnaaxa of '130 sit so pue awvu 911 u! 'Luvdwoo pin jo slua2e 10 lua2v to 'la¢j.ul.shauotle 13 .(aalolle Se
suoelad 10 uogaad Lue lulodde of 'lew 2iwocaoa 911 lapun '9aue2ala2S 1uvioxiey sit jo 230 10 L1e1313as sit 411m uonaun(uo3 w slu2ptsalI
.33rA 5th ;0 134213 10 luap!sald 91! 13.odm2 pun azuoglne 'saop Lga13y it pun 'op Luvdmo3 s!yt ivy 'paajoeau 1; ag 'alofalag,L
! epeu.J jo sauullual pue
a0au01d 241 U! pua 931115 pa1la(I 3141 jo satimll13f, 3141 Ut puE 'puglAllF1 Ue41 13410 sa191s al 3weU SU U! pua 11 10j lab 01 41133411W puE
1awod gitn 0.(3a1011a putt ntua2g lutodda Luadwo3 6141 1v4; sau!snq jo uotianuall lent3ajj3 341 10) Lawsaaau s! 2! 'vmlaym I1nLL
I
H
Ti
I
I
I
I
I
NOLLII')OS3H 10 AdO3
71
- , I
PRODUCER
Fred. S. James & Co. of AR, Inc
P. O. Box 511
Little Rock, AR 72203-0511
- , ISSUE DATE (MM/DDNYY)
5/28/87jb
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND.
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
LETTERA CNA Insurance Companies
COMPANY
LETTER
INSURED
Shrader Construction Co., Inc.
P. O. Box 248
Jacksonville, AR 72076
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
TIONS OF SUCH POLICIES.
AN
LEOTMTEER Y C
COMPANY
LETTER
COMPANY
LETTER
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDO
LTTP
TYPE OF INSURANCE
POLICY NUMBER
DATE EO,q pp+n
Potty €WI
DOTE FMMM/DDtYYj
ALL LIMITS IN THOUSANDS
GENERAL
UABILITY
COMMERCIAL GENERAL LIABILITY
0.AIMS MADEix OCCURRENCE
ONNERS B CONTRACTORS PROTECTIVE
Pro/Comp. Oper.
TBA
5/26/87
5/26/88
GENERAL AGGREGATE
$ 1 000
PRWUCTS.COMP/DPS AGGREGATE
$ 1 000
PERSONALL ADVERTISING INJURY
$ 500
EACH OCCURRENCE
$ 500
x
FIRE DAMAGE (ANY ONE FIRE)
$ 50
MEDICAL EXPENSE (ANY ONE PERSON)
$ 5
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
TBA
5/26/87
5/26/88
NS
500
$
x
ivat
(PER PERSON)
$
(NpEAqMr
ADDXENT)
$
PROPERTY
DAMAGE
$
A
EXCESS UABILITY
Umbrella form
OTHER THAN UMBRELLA FORM
TBA
5/26/87
I
5/26/88
$1,000
AGGREGATE
$1,000
A
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
TBA
5/26/87
5/26/88
STATUTORY
(E
$ 100 ACH ACCIDENT)
$ 500 (DIGEASEJOUCY LIMIT)
$ 100 (OISEASE EACH EMPLOYEE)
OTHER
''
GENERAL CONDITIONS
1. Contract and Contract Documents
The project to be constructed pursuant to this contract will
be financed with assistance from the City of Fayetteville
and is subject to all applicable City laws and regulations.
The Plans, Specifications and Addenda for this project shall
form part of this Contract and the provisions thereof shall
be as binding upon the parties hereto as if they were herein
fully set forth. The table of contents, titles, headings,
running headlines and marginal notes contained herein and in
said documents are solely to facilitate reference to various
provisions of the Contract Documents and in no way affect,
limit or cast light on the interpretation of the provisions
to which they refer.
1 Contents
1. Contract and Contract Documents
2. Definitions
3. Additional Instructions and Detail Drawings
4. Scope and Intent of Specifications and Plans
I, 5. Materials, Services, and Facilities
6. Contractor's Title to Materials
7. Inspection and Testing of Materials
8. "Or Equal" Clause
9. Patents
10. Surveys, Permits and Regulations
11. Contractor's Obligations
12. Weather Conditions
13. Protection of Work and Property --Emergency
14. Inspection
I 15. Reports, Records and Data
16. Superintendence by Contractor
17. Changes in Work
18. Extras
19. Time for Completion and Liquidated Damages
20. Correction of Work
I' 21. Subsurface Connditions Found Different
22. Claims for Extra Cost
23. Right of Owner to Terminate Contract
24. Construction Schedule and Periodic Estimates
25. Payments to Contractor
26. Acceptance of Project and Final Payment
27. Payments by Contractor
28. Insurance
29. Contract Security
30. Additional or Substitute Bond
31. Assignments
32. Mutual Responsibility of Contractors
33. Separate Contracts
34. Subcontracting
C1
I
35. Engineer's Authority
36. Use of Premises and Removal of Debris
37. Quantities of Estimate
38. Lands and Rights -of -Way
39. General Guaranty
40. Conflicting Conditions
41. Notice and Service Thereof
42. Required Provisions Deemed Inserted
43. Other Prohibited Interests
44. Suspension of Work
45. Figured Dimensions
46. Diverting and Blocking Traffic
47. Danger Signals and Safety Devices
48. Privileges of Contractor in Streets
49. Waterways
50. Location of Facilities
51. Work Done Without Lines or Grades
52. Preservation of Monuments and Stakes
53. Sanitary Conveniences
54. Sunday, Holiday and Night Work
2. Definitions
The following terms as used in this contract are
respectively defined as follows:
(a) "Owner": Wedington Drive Sewer Improvement District,
also referred to as "the District."
(b) "Contractor": A person, firm or corporation with whom
the contract is made by the Owner.
(c) "Subcontractor": A person, firm or corporation supplying
labor and materials or only labor for work at the site of
the project for, and under separate contract or agreement
with, the Contractor.
(d) "Work on (at) the project": Work to be performed at the
location of the project, including the transportation of
materials and supplies to or from the location of the project
by employees of the Contractor and any Subcontractor.
(e) "Engineers": Engineers shall mean the firm of Northwest
Engineers, Inc., who have been employed by the Owner for
' this work, or their duly authorized agents, such agents
acting severally within the scope of the particular duties
entrusted to them, whose decisions shall, in all cases, be
I, subject to final approval by the Engineers. In all matters
pertaining to the status or amount of the contract, orders
issued by the Engineers and signed by the representative of
II the Owner shall be valid.
(f) "City": City of Fayetteville, Arkansas or a duly
authorized agent of the City.
I
I
3. Additional Instructions and Detail Drawings
The Contractor will be furnished additional instructions and
detail drawings as necessary to carry out the work included
in the contract. The additional drawings and instructions
thus supplied to the Contractor will coordinate with the
Contract Documents and will be so prepared that they can be
reasonably interpreted as part thereof. The Contractor shall
carry out the work in accordance with the additional detail
drawings and instructions. The Contractor and the Engineer
will prepare jointly (a) a schedule, fixing the dates at
which special detail drawings will be required, such
drawings, if any, to be furnished by the Engineer in
accordance with said schedule, and (b) a schedule fixing the
respective dates for the submission of shop drawings, the
beginning of manufacture, testing and installation of
materials, supplies and equipment, and the completion of the
various parts of the work; each such schedule to be subject
to change from time to time in accordance with the progress
of the work.
• 4. Scope and Intent of Specifications and Plans
The specifications and plans are intended to supplement but
not necessarily duplicate each other, and together
constitute one complete set of specifications and plans, so
that any work exhibited in one and not the other, shall be
executed just as it had been set forth in both, in order
that the work shall be completed according to the complete
design or designs as decided and determined by the
Engineers. Should anything be omitted from the
specifications and plans which is necessary to a clear
understanding of the work, or should it appear various
instructions are in conflict, then the Contractor shall
secure written instructions from the Engineers before
proceeding with construction affected by such omissions or
discrepancies. It is understood and agreed that the work
shall be performed and completed according to the true
spirit, meaning and intent of the contract, specifications
and plans.
5. Materials, Services, and Facilities
(a) It is understood that except as otherwise specifically
stated in the Contract Documents, the Contractor shall
provide and pay for all materials, labor, tools, equipment,
water, light, power, transportation, superintendence,
temporary construction of every nature, and all other
services and facilities of every nature whatsoever necessary
to execute, complete, and deliver the work within the
specified time.
I
I
11
I (b) Any work necessary to be performed after regular working
hours, on Sundays or Legal Holidays, shall be performed
without additional expense to the Owner.
6. Contractor's Title to Materials
No materials or supplies for the work shall be purchased by
the Contractor or by any Subcontractor subject to any
chattel mortgage or under a conditional sale contract or
other agreement by which an interest is retained by the
I
seller. The Contractor warrants that he has good title to
all materials and supplies used by him in the work, free
from all liens, claims or encumbrances.
7. Inspection and Testing of Materials
(a) All materials and equipment used in the construction of
the project shall be subject to adequate inspection and
testing in accordance with accepted standards. The labora-
tory or inspection agency shall be selected by the Owner.
The Owner will pay for all laboratory inspection service
direct, and not as a part of the contract, unless otherwise
specified.
I
1
,
I
I
(b) Materials of construction, particularly those upon which
the strength and durability of the structure may depend, shall
be subject to inspection and testing to establish conformance
with specifications and suitability for uses intended.
8. "Or Equal" Clause
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
Engineer's written approval.
1 9. Patents
• (a) The Contractor shall hold and save the Owner and its
officers, agents, servants, and employees harmless from liabi-
lity of any nature or kind, including cost and expenses for, or
Ion account of, any patented or unpatented invention, process,
article, or appliance manufactured or used in the performance
of the contract, including its use by the Owner, unless
otherwise specifically stipulated in the Contract Documents.
I
I'
I
' (b) License or Royalty Fees: License and/or Royalty Fees
for the use of a process which is authorized by the Owner of
the poject must be reasonable, and paid to the holder of the
' patent, or his authorized licensee, direct by the Owner and
not by or through the Contractor.
' (c) If the Contractor uses any design, device or materials
covered by letters, patent or copyright, he shall provide
for such use by suitable agreement with the Owner of such
patented or copyrighted design, device or material. It is
mutually agreed and understood, that, without exception, the
contract prices shall include all royalties or costs arising
from the use of such design, device or materials, in any way
involved in the work. The Contractor and/or his Sureties
shall indemnify and save harmless the Owner of the project
from any and all claims for infringement by reason of the
I. use of such patented or copyrighted design, device or
materials or any trademark or copyright in connection with
work agreed to be performed under this contract, and shall
indemnify the Owner for any cost, expense or damage which it
may be obliged to pay by reason of such infringement at any
time during the prosecution of the work or after completion
of the work.
10. Surveys, Permits, and Regulations
Unless otherwise expressly provided for in the
Specifications, the Owner will furnish to the Contractor all
surveys necessary for the execution of the work.
The Contractor shall procure and pay all permits, licenses
and approvals necessary for the execution of his contract.
The Contractor shall comply with all laws, ordinances,
rules, orders, and regulations relating to performance of
the work, the protection of adjacent property, and the
maintenance of passageways, guard fences or other protective
facilicites.
11. Contractor's Obligations
The Contractor shall and will, in good workmanlike manner,
do and perform all work and furnish all supplies and
materials, machinery, equipment, facilities and means,
except as herein otherwise expressly specified necessary or
proper to perform and complete all the work required by this
' contract, within the time herein specified, in accordance
with the provisions of this contract and said specifications
and in accordance with the plans and drawings covered by
' this contract, any and all supplemental plans and drawings,
and in accordance with the directions of the Engineer as
given from time to time during the progress of the work.
I
,'
He shall furnish, erect, maintain, and remove such
construction plant and such temporary works as may be
required.
The Contractor shall observe, comply with, and be subject to
all terms, conditions, requirements, and limitations of the
contract and specifications, and shall do, carry on, and
complete the entire work to the satisfaction of the Engineer
'and the Owner.
12. Weather Conditions
In the event of temporary suspension of work, or during
inclement weather, or whenever the Engineer shall direct,
the Contractor will, and will cause his subcontractors to
protect carefully his and their work and materials against
damage or injury from the weather. If, in the opinion of the
Engineer, any work or materials shall have been damaged or
injured by reason of failure on the part of the Contractor
• or any of his Subcontractors so to protect his work, such
materials shall be removed and replaced at the expense of
the Contractor.
13. Protection of Work and Property --Emergency
The Contractor shall at all times safely guard the Owner's
property from injury or loss in connection with this contract.
He shall at all times safely guard and protect his own work,
and that of adjacent property from damage. The Contractor shall
replace or make good any such damage, loss or injury unless
such be caused directly by errors contained in the contract or
by the Owner, or his duly authorized representatives.
In case of an emergency which threatens loss or injury of
property, and/or safety of life, the Contractor will be
• allowed to act, without previous instructions from the
Engineer, in a diligent manner. He shall notify the Engineer
immediately thereafter. Any claim for compensation by the
Contractor due to such extra work shall be promptly
submitted to the Engineer for approval.
Where the Contractor has not taken action but has notified
the Engineer of an emergency threatening injury to persons
or damage to the work or any adjoining property, he shall
act as instructed or authorized by the Engineer.
The amount of reimbursement claimed by the Contractor on
account of any emergency action shall be determined in the
manner provided in Paragraph 17 of the General Conditions.
I
I
I
I
' 14. Inspection
This project shall at all times be subject to inspections by
representatives of the City of Fayetteville, the Owner,
and/or the Engineer.
Unless otherwise directed by the Engineer, all work of a
permanent nature which cannot be inspected after completion
shall be done in the presence of an Inspector. NO CONCRETE
' SHALL BE PLACED UNLESS AN INSPECTOR IS PRESENT. NO SEWER
LINE SHALL BE BACKFILLED UNTIL AN INSPECTION HAS BEEN MADE
BY THE ENGINEER. The Contractor shall notify the Engineer at
least 24 hours in advance before concrete is to be poured.
It shall be the duty of the Contractor to notify the
Engineer in advance of the beginning of work after delays,
shutdowns, change of work progress or change of location.
The failure or neglect on the part of the Engineer or the
JJ Inspector to inspect, condemn or reject inferior materials
or work shall not be construed to imply an acceptance of the
same should inferiority become evident at any time prior to
the final acceptance of the work by the Owner, or within the
time limit of one year as set out in the Detail
' Specifications.
The Engineer does not guarantee the performance of the
contract by the Contractor, nor shall his inspection be
construed as supervision of actual construction, nor make
him responsible for providing a safe place for the
performance of the work by the Contractor, or the
Contractor's employees, or those of the suppliers, his
subcontractors, nor for access, visits, use, work, travel or
occupance by any person, as these responsibilities are
covered under the provisions of this contract, the
Contractor's insurance and performance bond, and are not the
responsibility of the Engineer. Where the provisions of
safety, in any of its categories, are not being observed,
and this condition comes to the attention of the Engineer or
his representatives, the Engineer may require standard
safety procedures to be initiated, but the requirement of
these procedures does not constitute a guarantee by the
Engineer as to their adequacy or the safety of the public.
Where plants, buildings, or mass movement of earth is being
undertaken, the Engineer will set such control lines and
basic elevations as are required for the Contractor to make
' such unit or plant layouts as are required. When work is
undertaken which requires a constant or generally
intermittent checking of lines and elevations, the
Contractor shall maintain such equipment and personnel as
are essential to the actual prosecution of the work. In
these instances, the final grades, alignment and dimensions
are subject to the checking of the Engineer.
I
I
I
I
I
fl
I
15. Reports, Records, and Data
The Contractor shall submit to the Owner such schedule of
quantities and costs, progress schedules, payrolls, reports,
estimates, records and other data as the Owner may request
concerning work performed or to be performed under this
contract.
16. Superintendence by Contractor
At the site
of
the
work
the Contractor
shall
employ a
construction
superintendent
or foreman who
shall
have
full
authority to
act
for
the
Contractor. It is
understood
that
such representative
shall
be acceptable to
the Engineer
and
shall be one
who
can
be
continued in that
capacity
for
the
particular job
involved
unless he ceases
to
be on
the
Contractor's
payroll.
17. Changes in Work
' No changes in the work covered by the approved Contract
Documents shall be made without having prior written
approval of the Owner. Charges or credits for the work
covered by the approved change shall be determined by one or
more, or a combination of the following methods:
(a) Unit bid prices previously approved.
(b) An agreed lump sum.
' (c) The actual cost of:
1. Labor, including foremen;
2. Materials entering permanently into the work;
3. The ownership or rental cost of construction plant
and equipment during the time of use of the extra work.
4. Power and consumable supplies for the operation of
' power equipment;
5. Insurance;
6. Social Security and old age and unemployment
contributions.
To the cost under (c) there shall be added a fixed fee to be
agreed upon but not to exceed fifteen percent (15%) of the
actual cost of the work. The fee shall be compensation to
cover the cost of supervision, overhead, bond, profit and
any oher general expenses.
I
I
I
I
I
I18. Extras
Without invalidating the contract, the Owner may order extra
' work or make changes by altering, adding to or deducting
from the work, the contract sum being adjusted accordingly,
and the consent of the Surety being first obtained where
' necessary or desirable. All the work of the kind bid upon
shall be paid for at the price stipulated in the proposal,
and no claims for any extra work or materials shall be
' allowed unless the work is ordered in writing by the Owner
or its Engineer, acting officially for the Owner, and the
price is stated in such order.
19. Time for Completion and Liquidated Damages
It is hereby understood and mutually agreed, by and between
the contractor and the Owner, that the date of beginning and
the time for completion as specified in the contract of the
work to be done hereunder are ESSENTIAL CONDITIONS of this
' contract; and it is further mutually understood and agreed
that the work embraced in this contract shall be commmenced
on a date to be specified in the "Notice to Proceed."
' The Contractor agrees that said work shall be prosecuted
regularly, diligently, and uninterruptedly at such rate of
progress as will insure full completion thereof within the
' time specified. It is expressly understood and agreed, by
and between the Contractor and the Owner, that the time for
the completion of the work described herein is a reasonable
' time of the completion of the same, taking into
consideration the average climatic range and usual
industrial conditions prevailing in this locality.
II? the said Contractor shall neglect, fail or refuse to
complete the work within the time herein specified, or any
proper extension thereof granted by the Owner, then the
' Contractor does hereby agree, as a part consideration for
the awarding of this contract, to pay to the Owner the
amount specified in the contract, not as a penalty but as
liquidated damages for such breach of contract as
hereinafter set forth, for each and every calendar day that
the Contractor shall be in default after the time stipulated
in the contract for completing the work.
The said amount is fixed and agreed upon by and between the
Contractor and the Owner because of the impracticability and
extreme difficulty of fixing and ascertaining the actual
damages the Owner would in such event sustain, and said
amount is agreed to be the amount of damages which the Owner
would sustain and said amount shall be retained from time to
'time by the Owner from current periodical estimates.
I]
I
I
I
Il
I
I
1
I
I
It is further agreed that time is of the essence of each and
every portion of this contract and of the specifications
wherein a definite and certain length of time is fixed for
the performance of any act whatsoever; and where under the
contract an additional time is allowed for the completion of
an. work, the new time limit fixed by such extension shall
be of the essence of this contract. Provided, that the
Contractor shall not be charged with liquidated damages or
any excess cost when the Owner determines that the
Contractor is without fault and the Contractor's reasons for
the time extension are acceptable to the Owner; Provided,
further, that the Contractor shall not be charged with
liquidated damages or any excess cost when the delay in
completion of the work is due:
(a) To any preference, priority or allocation order duly
issued by the Government;
(b) To unforeseeable cause beyond the control and without
the fault or negligence of the Contractor, including, but
not restricted to, acts of god, or of the public enemy, acts
of the Owner, acts of another Contractor in the performance
of a contract with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes, and
severe weather; and
(c)
To
any
delays of
Subcontractors or suppliers
occasioned
'
by
any
of the
causes
specified in subsections (a)
and (b) of
this
article:
I
I
Provided, further, that the Contractor shall, within ten
(10) days from the beginning of such delay, unless the Owner
shall grant a further period of time prior to the date of
final settlement of the contract, notify the Owner, in
writing, of the causes of the delay, who shall ascertain the
facts and extent of the delay and notify the Contractor
within a reasonable time of its decision in the matter.
20. Correction of Work
' All work, all materials, whether incorporated in the work or
not, all processes of manufacture, and all methods of
construction shall be at all times and places subject to the
' inspection of the Engineer who shall be the final judge of
the quality and suitability of the work, materials,
processes of manufacture, and methods of construction for
' the purposes for which they are used. Should they fail to
meet his approval they shall be forthwith reconstructed,
made good, replaced and/or corrected, as the case may be, by
' the Contractor at his own expense. Rejected material shall
immediately be removed from the site. If, in the opinion of
the Engineer, it is undesirable to replace any defective or
damaged materials or to reconstruct or correct any portion
1
I
of the work injured or not performed in accordance with the
Contract Documents, the compensation to be paid to the
Contractor hereunder shall be reducted by such amount as in
the judgment of the Engineer shall be equitable.
' 21. Subsurface Conditions Found Different
' Should the Contractor encounter sub -surface and/or latent
conditions at the site materially differing from those shown
on the Plans or indicated in the Specifications, he shall
' immediately give notice to the Engineer of such conditions
before they are disturbed. The Engineer will thereupon
promptly investigate the conditions, and if he finds that
they materially differ from those shown on the Plans or
indicated in the Specifications, he will at once make such
changes in the Plans and/or Specifications as he may find
necessary, any increase or decrease of cost resulting from
such changes to be adjusted in the manner provided in
Paragrpah 17 of the General Conditions.
' 22.
C
I
I
I
I
I
Claims for Extra Cost
No claim for extra work or cost shall be allowed unless the
same was done in pursuance of a written order of the
Engineer approved by the Owner, as aforesaid, and the claim
presented with the first estimate after the changed or extra
work is done. When work is performed under the terms of
subparagraph 17(c) of the General Conditions, the Contractor
shall furnish satisfactory bills, payrolls and vouchers
covering all items of cost and when requested by the Owner,
give the Owner access to accounts relating thereto.
23. Right of the Owner to Terminate Contract
In the event that any of the provisions of this contract are
violated by the Contractor, or by any of his subcontractors,
the Owner may serve written notice upon the Contractor and
the Surety of its intention to terminate the contract, such
notices to contain the reasons for such intention to
terminate the contract, and unless within ten (10) days
after the serving of such notice upon the Contractor, such
violation or delay shall cease and satisfactory arrangement
of 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 Owner 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 therof within ten (10) days from the
date of the mailing to such Surety of notice of termination,
the Owner may take over the work and prosecute the same to
completion by contract or by force account for the account
and at the expense of the Contractor and the Contractor and
his Surety shall be liable to the Owner for any excess cost
IJ
II
occasioned the Owner thereby, and in such event the Owner
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.
24. Construction Schedule and Periodic Estimates
Immediately after execution and delivery of the contract,
and before the first partial payment is made, the Contractor
shall deliver to the Owner an estimated construction
' progress schedule in form satisfactory to the Owner, showing
the proposed dates of commencement and completion of each of
the various subdivisions of work required under the Contract
Documents and the anticipated amount of each monthly payment
that will become due the Contractor in accordance with the
progress schedule.
' 25. Payments to Contractor
(a) Not later than the 10th day of each calendar month the
Owner shall make a progress payment to the Contractor on the
basis of a duly certified and approved estimate of the work
performed during the preceding calendar month under this
contract, but to insure the proper performance of this
contract, the Owner shall retain ten percent (10%) of the
amount of each estimate until final completion and
acceptance of all work covered by this contract: Provided,
' that the Contractor shall submit his estimate not later than
the first day of the month: Provided, further, that the
Owner at any time after fifty percent (50%) of the work has
' been completed, if it finds that satisfactory progress is
being made, may make any of the remaining progress payments
in full: Provided, further, that on completion and
acceptance of each separate building, public work, or other
' division of the contract, on which the price is stated
separately in the contract, payment may be made in full,
including retrained percentages thereon, less authorized
deductions.
(b) In preparing estimates the material delivered on the
site and preparatory work done may be taken into
consideration.
(c) All material and work covered by partial payments made
shall thereupon become the sole property of the Owner, but
this provision shalt not be construed as relieving the
Contractor from the sole responsibility for the care and
' protection of materials and work upon, which payments have
been made or the restoration of any damaged work, or as a
waiver of the right of the Owner to require the fulfillment
' of all of the terms of the contract.
(d) Owner's Right to Withhold Certain Amounts and Make
Application Thereof: The Contractor agrees that he will
II
' indemnify and save the Owner harmless from all claims
growing out of the lawful demands of subcontractor,
laborers, workmen, mechanics, materialmen, and furnishers of
machinery and parts thereof, equipment, power tools, and all
' supplies, including commissary, incurred in the furtherance
of the performance of this contract. The Contractor shall,
at the Owner's request, furnish satisfactory evidence that
' all obligations of the nature hereinabove designated have
been paid, discharged, or waived. If the Contractor fails so
to do, then the Owner may, after having served written
' notice on the said Contractor, either pay unpaid bills, of
which the Owner has written notice, direct, or withhold from
the Contractor's unpaid compensation a sum of money deemed
reasonably sufficient to pay any and all such lawful claims
until satisfactory evidence is furnished that all
liabilities have been fully discharged whereupon payment to
the Contractor shall be resumed, in accordance with the
terms of this contract, but in no event shall the provisions
of this sentence be construed to impose any obligations upon
the Owner to either the Contractor or his Surety. In paying
' any unpaid bills of the Contractor, the Owner shall be
deemed the agent of the Contractor, and any payment so made
bythe Owner shall be considered as a payment made under the
contract by the Owner to the Contractor and the Owner shall
' not be liable to the Contractor for any such payments made
in good faith.
(e) Upon completion of the project and before final
acceptance the Owner may require a maintenance bond in a
form acceptable to the Owner for an amount equal to 50% of
' the construction cost of the project. The bond shall be for
a period of one (1) year and shall cover all defects in
materials and workmanship. The maintenance bond for this
project shall be a bid item. The Owner, however, reserves
the
right
to withhold
the decision
on the
enforcement
of
this
requirement
until
completion
of
the project.
Should
a
maintenance
bond
not
be
required,
no
payment
will
be made
to
Ithe contractor for this item.
26. Acceptance of Project and Final Payment
' Upon acceptance of the project by the City of Fayetteville,
the Owner and the Engineer, final payment shall be made to
the Contractor. The final payment shall include all money
' retained, if any. The issuing of the final payment by the
Owner, and the acceptance of the final payment by the
Contractor, shall not, however, operate to release the
' Contractor or his sureties from any obligations under this
Contract or the Performance and Payment Bond.
' 27. Payments by Contractor
The Contractor shall pay (a) for all transportation and
utility services no later than the 20th day of the calendar
El
I
El
I
El
I
I
I
[I
11
I
month following that in which services are rendered, (b) for
all materials, tools, and other expendable equipment to the
extent of ninety percent (90%) of the cost thereof, no later
than the 20th day of the calendar month following that in
which such materials, tools, and equipment are delivered at
the site of the project and the balance of the cost thereof,
no later than the 30th day following the completion of that
part of the work in or on which such materials, tools, and
equipment are incorporated or used, and work in or on which
such materials, tools, and equipment are incorporated or
used, and (c) to each of his subcontractors, no later than
the 5th day following each payment to the Contractor, the
respective amounts allowed the Contractor on account of the
work performed by his subcontractors to the extent of each
subcontractor's interest therein.
28. Insurance
The Contractor shall not commence work under this contract
until he has obtained all the insurance required under this
paragraph and such insurance has been approved by the Owner,
not shall the Contractor allow any subcontractor to commence
work on his subcontract until the insurance required for the
subcontractor has been so obtained and approved.
(a) Compensation Insurance: The Contractor shall procure and
shall maintain during the life of this contract Workmen's
Compensation Insurance as required by applicable State or
territorial law for all of his employees to be engaged in
work at the site of the project under this contract and, in
case of any such work sublet, the Contractor shall require
the subcontractor similarly to provide Workmen's
Compensation Insurance. In case any class of employees
engaged in hazardous work on the project under this contract
is not protected under the Workmen's Compensation Statute,
the Contractor shall provide and shall cause each
subcontractor to provide adequate employer's liability
insurance for the protection of such of his employees as are
not otherwise protected.
' (b) Contractor's Public Liability and Property Damage
Insurance and Vehicle Liability Insurance: The Contractor
shall procure and shall maintain during the life of this
contract Contractor's Public Liability Insurance,
' Contractor's Property Damage Insurance and Vehicle Liabiity
Insurance in the amounts specified in the Detailed
Specifications.
(c) Subcontractor's Public Liability and Property Damage
Insurance and Vehicle Liability Insurance: The Contractor
' shall either (1) require each of his subcontractors to
procure and to maintain during the life of his subcontract,
Subcontractor's Public Liablity and Property Damage
Insurance and Vehicle Liability Insurance of the type and in
I
I
I
I
I
I
I
I
Ii
I
I
I
the amounts specified. (2) insurethe activities of his
policy, specified in subparagraph (b) hereof.
d) Scope of Insurance and Special Hazards: The insurance
required under subparagraphs (b) and (c) hereof shall
provide adequate protection for the Contractor and his
subcontractors, respectively, against damage claims which
may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or
indirectly employed by him and, also against any of the
special hazards which may be encountered in the performance
of this contract.
(e) Proof of Carriage of Insurance: The Contractor shall
furnish the Owner with certificates showing the type,
amount, class of operations covered, effective dates and
date of expiration of policies. Such certificates shall also
contain substantially the following statement: "The
insurance covered by this certificate will not be cancelled
or materially altered, except after ten (10) days written
notice has been received by the Owner."
29. Contract Security
The Contractor shall furnish a performance bond in an amount
at least equal to one hundred percent (100%) of the contract
prices as security for the faithful performance of this
contract and also a payment bond in an amount not less than
one hundred percent (100%) of the contract price or in a
penal sum not less than that prescribed by State,
territorial or local law, as security for the payment of all
persons performing labor on the project under this contract
and furnishing materials in connection with this contract.
The performance bond and the payment bond may be in one or
in separate instruments in accordance with local laws.
30. Additional or Substitute Bond
If at any time the Owner for justifiable
cause
shall be
or
become dissatisfied with any surety or
sureties,
then upon
the
Performance or Payment Bonds, the Contractor
shall
within five
(5) days after notice from the Owner
so to do,
substitute
an
acceptable bond (or bonds) in such form and sum
and signed
by
such other surety or sureties as may
be satisfactory to
the
Owner. The premiums on such bond
shall be
paid by
the
Contractor. No further payments shall
be deemed
due nor shall
be made until the new surety or sureties
shall have furnished
such an acceptable bond to the Owner..
31. Assignments
The Contractor shall not assign the whole or any part of
this contract or any moneys due or to become due hereunder
without written consent of the Owner. In case the Contractor
II
assigns all or any part of any moneys due or to become due
' under this contract, the instrument of assignment shall
contain a clause substantially to the effect that it is
agreed that the right of the assignee in and to any moneys
' due or to become due to the Contractor shall be subject to
prior claims of all persons, firms and corporations of
services rendered or materials supplied for the performance
' of the work called for in this contract.
32. Mutual Responsibility of Contractors
' If., through acts of neglect on the part of the Contractor,
any other Contractor or any subcontractor shall suffer loss
or damage on the work, the Contractor agrees to settle with
such other Contractor or subcontractor by agreement or
arbitration if such other Contractor or subcontractor will
so settle. If such other Contractor or subcontractor shall
assert any claim against the Owner on account of any damage
alleged to have been sustained, the Owner shall notify the
Contractor, who shall indemnify and save harmless the Owner
' against any such claim.
33. Separate Contract
' The Contractor shall coordinate his operations with those of
other Contractors. Cooperation will be required in the
arrangement for the storage of materials and in the detailed
execution of the work. The Contractor, including his
subcontractors, shall keep informed of the progress and the
detail work of other Contractors and shall notify the
Engineer immediately of lack of progress or defective
workmanship on the part of other Contractors. Failure of a
contractor to keep informed of the work progressing on the
site and failure to give notice of lack of progress or
defective workmanship by others shall be construed as
acceptance by him of the status of the work as being
satisfactory for proper coordination with his own work.
34. Subcontracting
(a) The Contractor may utilize the services of specialty
subcontractors on those parts of the work which, under
normal contracting practices, are performed by specialty
subcontractors.
' (b) The Contractor shall not award any work to any
subcontractor without prior written approval of the Owner,
which approval will not be given until the Contractor
submits to the owner a written statement concerning the
proposed award to the subcontractor, which statement shall
contain such information as the Owner may require.
n
u
' (c) The Contractor shall be as fully responsible to the
Owner for the acts and omissions of his subcontractors, and
of persons either directly or indirectly employed by them,
' as he is for the acts and omissions of persons directly
employed by him.
' (d) The Contractor shall cause appropriate provisions to be
inserted in all subcontracts relative to the work to bind
subcontractors to the Contractor by the terms of the General
' Conditions and other contract documents insofar as
applicable to the work of subcontractors and to give the
Contractor the same power as regards terminating any
subcontract that the Owner may exercise over the Contractor
under any provision of the contract documents.
(e) Nothing contained in this contract shall create any
contractual relation between any subcontractor and the
Owner.
' 35. Engineer's Authority
The Engineer shall give all orders and directions
contemplated under this contract and specifications,
relative to the execution of the work. The Engineer shall
determine the amount, quality, acceptability, and fitness of
the several kinds of work and materials which are to be paid
for under this contract and shall decide all questions which
may arise in relation to said work and the construction
thereof. The Engineer's estimates and decisions shall be
' final and conclusive, except as herein otherwise expressly
provided. In case any question shall arise between the
parties hereto relative to said contract or specifications,
the determination or decision of the Engineer shall be a
' condition precendent to the right of the Contractor to
receive any money or payment for work under this contract
affected in any manner or to any extent by such question.
The Engineer shall decide the meaning and intent of any
portion of the specifications and of any plans or drawings
' where the same may be found obscure or be in dispute. Any
differences or conflicts in regard to their work which may
arise between the Contractor under this contract and other
Contractors performing work for the Owner shall be adjusted
' and determined by the Engineer.
36. Use of Premises and Removal of Debris
The Contractor expressly undertakes at his own expense:
' (a) to take every precaution against injuries to persons or
damage to property;
I
(b) to store his apparatus, materials, supplies and
equipment in such orderly fashion at the site of the work as
will not unduly interfere with the progress of his work or
' the work of any other contractors;
(c) to place upon the work or any part thereof only such
loads as are consistent with the safety of that portion of
the work;
(d) to clean up frequently all refuse, rubbish, scrap
' materials, and debris caused by his operations, to the end
that at all times the site of the work shall present a neat,
orderly and workmanlike appearance;
' (e) before final payment to remove all surplus material,
false -work, temporary structures, including foundations
thereof, plant of any description and debris of every nature
resulting from his operations, and to put the site in a
neat, orderly condition.
' (f) to effect all cutting, fitting or patching of his work
required to make the same to conform to the plans and
specifications and, except with the constent of the
' Engineer, not to cut or otherwise alter the work of any
other Contractor.
37. Quantities of Estimate
Wherever the estimated quantities of work to be done and
' materials to be furnished under this contract are shown in
any of the documents including the proposal, they are given
for use in comparing bids and the right is especially
reserved except as herein otherwise specifically limited, to
1 increase or diminish them as may be deemed reasonably
necessary or desirable by the Owner to complete the work
contemplated by this contract, and such increase or
diminution shall in no way vitiate this contract, nor shall
any such increase or diminution give cause for claims or
liability for damages.
' 38. Lands and Rights -of -Way
Prior to the start of construction, the Owner shall obtain
' all lands and rights -of -way necessary for the carrying out
and completion of work to be performed under this contract.
39. General
Neither
' in the
of the
of work
or reli
f
L
Guaranty
the final certificate of payment nor any provision
Contract Documents, nor partial or entire occupancy
'remises by the Owner, shall constitute an acceptance
not done in accordance with the Contract Documents
eve the Contractor of liability in respect to any
I
I!
IJ
express warranties or responsibility for faulty materials or
workmanship. The Contractor shall remedy any defects in the
work and pay for any damage to other work resulting
therefrom, which shall appear within a period of one year
from the date of final acceptance of the work unless a
longer period is specified. The Owner will give notice of
observed defects with reasonable promptness.
1 40. Conflicting Conditions
Any provisions in any of the Contract Documents which may be
in conflict or inconsistent with any of the paragraphs in
these General Conditions shall be void to the extent of such
conflict or inconsistency.
41. Notice and Service Thereof
' Any notice to any Contractor from the Owner relative to any
part of this contract shall be in writing and considered
delivered and the service thereof completed, when said
notice is posted, by certified or registered mail, to the
said Contractor at his last given address, or delivered in
person to the said Contractor or his authorized
representative on the work.
42. Provisions Required by Law Deemed Inserted
Each and every provision of law and clause required by law
to be inserted in this contract shall be deemed to be
inserted herein and the contract shall be read and enforced
as though it were included herein, and if through mistake or
otherwise any such provision is not inserted, or is not
correctly inserted, then upon the application of either
party the contract shall forthwith be physically amended to
make such insertion or correction.
43. Other Prohibited Interests
No official of the Owner who is authorized in such capacity
and on behalf of the Owner to negotiate, make, accept or
approve, or to take part in negotiating, making, accepting,
or approving any engineering, inspection, construction or
material supply contract or any subcontract in connection
with the construction of the project, shall become directly
' or indirectly interested personally in this contract or in
any part hereof. No officer, employee, attorney, engineer or
inspector of or for the Owner who is authorized in such
'capacity and on behalf of the Owner to exercise any
legislative, executive, supervisory or other similar
functions in connection with the construction of the
' project, shall become directly or indirectly interested
personally in this contract or in any part thereof, any
material supply contract, subcontract, insurance contract,
or any other contract pertaining to the project.
1
I
44. Suspension of Work
Should the Owner be prevented or enjoined from proceeding
with work either before or after the start of construction
by reason of any litigation or other reason beyond the
control of the Owner, the Contractor shall not be entitled
Ito make or assert claim for damage by reason of said delay;
but time for completion of the work will be extended to such
reasonable time as the Owner may determine will compensate
for time lost by such delay with such determination to be
set forth in writing.
45. Figured Dimensions
' Figured dimensions, when given in the plans, shall be
accurately followed, even though they differ from scaled
measurements. No work shown on the plans, the dimensions of
which are not figured, shall be executed until instructions
have been obtained from the Engineers as to the dimensions
to be used. Large scale and full size drawings shall be
followed in preference to small scale drawings.
46. Diverting and Blocking Traffic
The Contractor may close city streets to traffic as may be
necessary for the expeditious handling of the work, but only
where traffic may be conveniently routed over other open
streets and public ways; provided, however, that no street
or public way shall be closed to traffic for a longer period
of time that is necessary for the construction of the work
involved and then only upon the approval of the Engineer and
the City. Proper signs shall be erected to facilitate the
flow of traffic over the detour route. When excavation work
' is carried on in the state highway right-of-way, the
Contractor shall make provisions for handling and re-routing
traffic as required by the State Highway Department.
47. Danger Signals and Safety Devices
The Contractor shall take all necessary precautions to guard
against damages to property and injury to persons. He shall
put up and maintain in good condition sufficient red or
warning lights at night, suitable barricades and other
devices necessary to protect the public. In case the
Contractor fails or neglects to take such precautions, the
Owner may have such lights and barricades installed and
charge the cost of this work to the Contractor. Such action
by the Owner does not relieve the Contractor of any
liability incurred under these specifications or contract.
I
II
1 48. Privileges of Contractors in Streets
The Contractor
will be entitled to
use such
streets,
alleys,
roadways,
or
parts of the streets
and
alleys
as
are
necessary
for
the prosecution of
the
work.
The use
of
such
public
thoroughfares shall be
at
the direction
of
the
Engineer
and in
accordance with
the
provisions
as expressed
by him.
The Contractor shall maintain at least one lane of open
I traffic at all times. Adequate signing and flagmen shall be
provided to safely maintain flow of traffic during
construction.
' 49. Waterways
Present natural and artificial waterways shall be left open
to flow freely. Temporary dams or by-passes may be provided
when found necessary or ordered by the Engineer.
50. Location of Facilities
The locations of any proposed pipe lines, valves, curb
inlets, crossings, etc., as shown on the drawings are for
general information only unless otherwise marked on the
drawing. The exact location of each shall be designated by
the engineer at the time work is started, after giving due
consideration to the local conditions. The Engineer shall
set stakes accordingly, and the Contractor shall install the
work at the designated locations.
51. Work Done Without Lines or Grade
' Any work done without lines, grades or levels being given by
the Engineer, or done without the supervision of any
inspector or other representative of the Engineer, may be
ordered removed and replaced at the Contractor's cost and
expense.
52. Preservation of Monuments and Stakes
The Contractor shall carefully preserve all monuments,
benchmarks, and reference points, and in case of willful or
careless destruction of the same, he will be charged with
the resulting expense of replacement, and shall be
responsible for any mistakes or loss of time that may be
caused by their unnecessary loss or disturbance.
The Engineer will set the construction stakes one time only.
' All construction stakes destroyed shall be replaced by the
Contractor at his expense.
I
I
I
The Engineer will require 2 working days notice prior to
setting the Construction Stakes.
53. Sanitary Conveniences
Sanitary conveniences, consistent with good health standards
' and decency shall be provided for the workmen. Such
conveniences shall be approved by the local officials
responsible for such standards. Such conveniences shall be
maintained in good order and waste disposed of regularly and
to the satisfaction of said official.
54. Sunday, Holiday and Night Work
No work shall be done between the hours of 6:00 p.m. and
7:00 a.m., nor on Sundays or legal holidays, except work as
may be necessary for the proper care and protection of work
already performed, or in case of any emergency, and in any
case only with the written permission of the Engineer.
It is understood, however, that
established as a regular procedure by
first obtains the written permission
that such permission may be revoked
• Engineer if the Contractor fails to
adequate force and equipment for reas,
supervision of the work.
11
I
I
I
I
I
I
I
night work may be
the Contractor if he
of the Engineer, and
at any time by the
maintain at night an
)nable prosecution and
II
II
DETAIL SPECIFICATIONS FOR
SEWER LINE CONSTRUCTION
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
FAYETTEVILLE, ARKANSAS
1. SCOPE OF WORK The work to be done under this contract, as
shown on the Plans and as provided for in these Specifications,
shall include the furnishing of all necessary materials, tools,
equipment and supplies and performing all the necessary labor
for a complete installation of the sewer system to serve the
Wedington Drive Sewer Improvement District. The work consists of
the construction of collector lines, lateral lines, manholes,
force main, a new pump station, modification of an existing pump
station, service taps, service lines and other items incidental
to completion of the project.
2. EASEMENTS All work on this project which is not within
public rights -of -way will be on private property within
permanent and temporary construction easements as indicated on
the plans. The Contractor shall respect the privacy and property
of the individual landowners at all times. All work and movement
to and from the construction areas shall be within the limits of
the easements and public roadways. Any activity by the
Contractor, his personnel or equipment outside these easements
will be at the Contractor's risk and is strictly forbidden
except by written permission of the property owner.
A. Permanent Easements: The Contractor may remove any trees
within the permanent utility easements except those noted
Ion the plans to be retained. The Contractor shall make
every effort to minimize the harm to the trees so noted.
Any trees damaged during construction shall be repaired to
the satisfaction of the Engineer. The cost for the
protection and/or repair of all vegetation and other items
of private ownership shall be subsidary to the various
other items of the contract.
B. Temporary Construction Easements: The temporary
construction easements are provided for access and
maneuvering of personnel and equipment and stockpiling of
materials during construction. The Contractor shall protect
all trees, shrubs, flowers, buildings and other items of
private ownership located within the temporary construction
easements. The Contractor shall be completely responsible
for any damage to private property within the temporary
construction easements.
3. MATERIALS OF CONSTRUCTION
A. Gravity sewer pipe for this project may be either ABS or
PVC Composite pipe, or Polyvinyl Chloride (PVC) conforming
to the Standard Specifications herein, except at those
locations noted on the plans where ductile iron pipe,
LJ
I
U
conforming to the Standard Specifications, will be
required.
B. Pipe for the sewer force main shall be
SDR-26 with elastomeric gaskets. Pipe shall
D2241 and gaskets to ASTM F-477. PVC material
PVC Class 160,
conform to ASTM
shall conform
to 12454-B (PVC 1120):
ASTM 0-1784 and joints
shall
conform
to ASTM 03139.
C.
Tees, wyes, service lines,
cleanouts and
other fittings
for
gravity sewer lines may
be cast iron
or SDR-35 PVC
unless
otherwise specified.
ID. All fittings for the PVC force main shall be cast iron
mechanical joint conforming to the ANSI Standard A21.10 and
A21.11. Pressure class for fittings shall be 250.
I
I
l_1
I
E. Due to the inaccessibility of some manhole locations,
either precast or cast -in -place concrete manholes will be
accepted on this project. Precast manholes will have "O"
ring type joints. At locations shown on the plans where no
elevation difference is indicated across the manhole, the
pipe shall be laid thru the manhole and a cast -in -place
manhole will be required.
F. The
concrete
for
this
project
shall
consist
of
an
approved
Portland
cement,
a
fine
aggregate,
a coarse
aggregate,
water
and
an
air
entraining
agent
mixed
in
proportions
that will
provide
the
following:
Type
of Use
28
Day
x Ent.
Min. Cement
Max.
Strength
Air
Content
Slump
Concrete Encasement 2500 PSI 0 4.5 Bag/C.Y. 5"
Thrust Blocking 2500 PSI 0 4.5 Bag/C.Y. 5"
Sewer Manhholes 3000 PSI 4-6 5.0 Bag/C.Y. 4"
Wet Well 3500 PSI 4-6 6.0 Bag/C.Y. 3"
Concrete Piers 3500 PSI 4-6 6.0 Bag/C.Y. 3"
Ballast 2000 PSI 0 4.0 Bag/C.Y. 6"
Any concrete required for this project and not otherwise
specified shall have a minimum cement content of 5.0 bags
per cubic yard and obtain a minimum compressive strength of
3000 psi at 28 days.
G. SB-2 crushed stone base course, where specified, shall
meet the requirements of Section 306 of the Arkansas State
Highway Department Standard Specifications.
H. A self-sealing frame and lid shall be provided for
manholes where so noted on the plans. No additional payment
will be made for these manholes. The cost of all frames,
lids and steps shall be included in the unit price bid for
"Standard Manholes".
I!
4. ITEMS OF CONSTRUCTION
A. Clearing The lump sum price bid for "Clearing" shall be
the full payment for the removal and proper disposal of
trees, brush, rubble and other above ground obstructions.
Payment for this work will be made monthly based upon the
Engineer's estimate of the percentage of the work which has
been completed.
B. Sewer Line Payment for sewer line will be at the unit
price bid for line actually laid. Because testing of sewer
line is required and because other items of construction are
subsidiary to the pipe price (i.e. grading, seeding, fence
repair, etc.), payment shall be made on the following basis:
1.) Sixty percent (65%) shall be paid upon the
completion of the laying and backfilling of the pipe.
2.) Twenty percent (15%) shall be paid when the line
has been air tested and the line meets test
requirements.
3.) Twenty percent (20%) shall be paid upon the
completion of passing the mandrel test and grading,
seeding, fence repair and all other work related to the
sewer line work, as specified.
C. Service Taps Service tees or wyes shall be installed in
line with the installation of the mains at locations shown
or as directed by the engineer. Each tap shall include the
tee or wye, a 5 feet length of 4" service line, a 4 inch cap
and a 4" x 4" wood post extending from the end of the
service line to a minimum of 24 inches above ground. The
exposed portion of the post shall be painted orange. The
price bid per each for service taps shall include the tee, 5
feet of service line, cap and marker. Service taps shall be
subjected to air test with the main.
D. Service Lines At some locations more than 5 feet of
service line will be required to provide a service point
within 200 feet of a structure. Payment for the additional
service line (in excess of 5 feet) will be made at the unit
price bid per foot of "4" Service Line".
E. Cleanouts Cleanouts shall be constructed as shown on the
' plans and as required by the State Plumbing Code. Payment.
for cleanouts will be at the unit price bid for "Cleanout".
F. PVC Force Main A 14 ga. copper tracer wire, wrapped at
least twice around each joint, shall be installed with the PVC
force main. The tracer wire shall be brought to the ground
surface at intervals not to exceed 600 feet and the wires
terminated and protected as shown in the Standard Details.
L,
It
I
I
I
I
[I
L1
11
Thrust blocking shall be provided at all fittings as shown in
the Standard Details.
The PVC force main shall be filled with water and subjected
to a pressure and leakage test with the Engineer present.
The outlet end of the force main shall be capped and the
pressure at the low point of the line increased to 160 psi.
The pressure shall be maintained at this level for two hours
or whatever longer period as may be deemed necessary by the
Engineer to complete the inspection of the line under test.
The water being lost by leakage from the line shall be
metered continuously for a period of not less than two (2)
hours. The allowable leakage shall be as per AWWA Standard
C600-77 or the latest revision thereto. If repairs are
needed, they will be made, the line refilled, and the test
procedure repeated until satisfactory results are obtained.
The Contractor shall provide the equipment and labor
required for testing.
The
tracer
wire,
blocking and testing
required for
the PVC
force
main
are
not pay items but will
be considered
par.t of
the
bid price
per foot for pipe.
Payment will be made for cast iron fittings installed for
the force main outside of the fenced pump station area at
the unit price bid on the Proposal. Payment will be per
pound of weight for each fitting as established by ANSI
Standard A21.10 and will include the cost for all material
and labor, including thrust blocking or anchoring as
required, necessary to complete installation.
G. Extra Trench Depth Payment for extra trench depth shall
be made at the unit price bid per linear foot for sewer line
in excess of 7 feet deep. No extra payment will be made for
trench depths of 7 feet and less. Trench depth shall be
measured from flow line of pipe to existing ground grade.
H. Manholes Manhole depth shall be measured from flow -line
out to high point of ring, but in no case shall manhole ring
be set less than 2 inches nor more than 4 inches above
existing grade without approval
will be made for all manholes at
for Standard Manholes. Manhole
will be paid for at the unit pr
Manhole Depth. All manhole rin!
conform with the existing ground
of the Engineer. Payment
the unit price bid per each
depth in excess of 7 feet
ice per foot bid for Extra
and lids shall be set to
elevation and slope.
I. Concrete Encasement At locations where sewer lines have
inadequate cover, at stream crossings and where the line is
within 10 feet of water or gas lines, concrete encasement
will be required. Concrete encasement shall be as shown on
the Standard Details, and shall extend longitudinally far
enough to provide the protection intended. Payment for
II
Li
I
I
I
I
I
11
L
I
I
I
[Ti
fl
I
I
concrete encasement shall be made at the unit price bid per
linear foot of encasement actually placed.
J. Rock Excavation Rock may be encountered in some locations
on this project. Due to the residential development and the
presence of existing utilities in some area, extreme caution
must be exercised if blasting is performed. Before any
blasting is performed, the Contractor shall submit proof of
insurance to cover any liability that may arise from such
activity. Payment for Rock Excavation will be made in
accordance with the Standard Specification.
K. Street Crossings The Contractor may close streets to
traffic as may be necessary for the expeditious handling of
the work, but only where traffic may be conveniently routed
over other open streets and public ways; provided, however,
that no street or public way shall be closed without
approval of the engineer and the City of Fayetteville.
Proper signs shall be erected to facilitate the flow of
traffic over the detour route. All work within state highway
right-of-way shall meet the requirements of the Arkansas
State Highway Department. All street crossings shall be
completely backfilled with SB-2 Base material. Paved streets
shall be cut and repaired as shown on the Plans. Payment for
sreet crossings shall be made at the per each price bid for
"Gravel Street Crossings" or "Paved Street Crossings" as is
appropriate. The price bid shall include signing, cutting,
repair and all other work required to safely and properly
lay the sewer line across the street. Payment for SB-2
backfill will be a separate pay item.
L. Driveway Crossings The Contractor shall co-ordinate his
work with the individual property owners when crossing
private drives. No driveway cut shall remain open overnight
without specific permission of the property owner. All
driveways shall be completely backfilled with SB-2 Base
material. Paved drives shall be cut and repaired as shown on
the Plans. Payment for paved driveway crossings shall be
made at the per each price bid for "Paved Driveway
Crossings". The price bid shall include the cutting, repair
and all other work required to safely and properly lay the
sewer line across the driveway. Payment for SB-2 backfill
will be a separate pay item. No additional payment will be
made for the crossing of existing dirt or gravel drives.
M. Fence Crossings
project is
Because
in residentially
much of
developed
the sewer line
areas,
for
there
this
are
numerous places where the
line crosses fences
of variable
materials.
condition is
All fences shall be replaced
as good or better
such
than that
that
prior
the
to
construction.
the fences
The cost for
shall be subsidiary
the work to remove
to the other items
and replace
of
the
contract.
I
I
I
I
I
I
I
I
N. Concrete Piers At the location where line L-5 crosses Owl
Creek, and where the outfall line crosses Hamestring Creek,
the sewer line will be above grade and concrete piers will
be required. Payment for this work will be at the unit price
bid per each for "Concrete Piers - 6" Main" and "Concrete
Piers - 15" Main".
O. Mailboxes Where mailboxes must be temporarily or
permanently relocated due to sewer construction, the
Contractor shall do so in a workmanlike manner and such that
mail service will not be interrupted. Mailboxes which are
temporarily relocated shall be replaced to the original
location and condition upon completion of the sewer line
construction.
P. Existing Septic Tanks_and Lateral Fields The locations of
existing septic tanks and lateral fields, as could be
determined from the individual property owners without
excavation, have been shown on the plans. These features
should be considered approximate only, both as to location
and number. The Contractor shall repair, replace, or
relocate any septic systems or parts of septic systems
encountered during construction as directed by the Engineer.
Payment for this work shall be at the unit price bid per
linear foot for "Septic Line Repair, Replacement or
Relocation" and the per ton price bid for "Filter Rock for
Septic Systems" which shall be full payment for refurbishing
the system. All work and materials shall be in conformance
with the "Rules and Regulations Pertaining to Sewage
Disposal Systems and Installers" as provided in Act 402 of
the 1977 Arkansas General Asssembly and the Arkansas State
Plumbing Code.
Q. Protection of Exis
give reasonable notice
sewer and other pipe
underground wires or
I private, railroads and
property is liable to
execution of the work,
such utility or other
same.
ting Utilities The Contractor shall
to the owners of steam, gas, water,
lines or conduits, overhead and
other structures, either public or
other owners of property, when such
injury or damage by reasons of the
in order that the owner or owners of
property may remove or protect the
If any owner or owners of public utilities liable to be
' affected, endangered or damaged by the construction of the work
does not protect its or their property, then the Contractor
must do so. The Contractor shall receive no compensation over
the unit and lump sum prices specified in the bid for the
completion of this contract, which prices shall cover every
item of additional cost for all the material and labor
necessary to support, protect, or remove such tracks, pipes,
conduits, overhead and underground wires, and structures, and
other improvements, during the construction of said work
across, under, over, along or near the same.
I
The Contractor
shall
satisfactorily shore,
support,
and
protect any and
all
pipes, sewers and other structures,
and
shall be responsible
for any damage resulting
thereto.
The
Contractor shall
not
be entitled to any damages
or
extra
pay
on account of
any
postponement, interference,
or
delay
caused by such
structures being on the line
of
the
work,
whether or not
such structures are shown on the
plans.
At the
start
of construction, the Contractor
shall excavate
and uncover
existing utilities at
locations
as directed
by
the Engineer,
or as desired by the
Contractor,
at
which
there
appears
there might be a conflict
of
grades.
Minor
grade
or alignment
changes will be
made, at
the discretion
of the
Engineer, where such changes
will not jeoparadize
the
integrity
of
the work. Absolutely
no changes will be
made
which
do not meet the requirements
of
the City
of
Fayetteville
or the Arkansas State
Department
of Health
and
no lines
will
be located outside of
permanent
easements.
Payment for all work involved with the protection and/or
relocation of existing utilities shall be subsidiary to the
various other items of the Contract. Any changes in either
grade or alignment which are made in order to avoid a
conflict with existing utilities shall be considered to be
made for the benefit of the Contractor and shall not
increase the construction cost of this project.
R. Grading and Repair of Lawns, Gardens and Pastures Because
much of the proposed construction is across developed areas,
' it is imperative that the Contractor maintain the backfill
and grading of sewer trenches and manholes at all times
during construction. After completion of laying of the pipe,
the trench shall be backfilled as specified and the trench
mounded to allow for settlement. The area each side of the
trench shall then be graded such that the area can be safely
mowed. This condition shall be maintained until trench
I. settlement is complete. After the line has been tested and
approved and trench settlement is complete the contractor
shall repair the construction areas to the following
condition:
1.) Pasture areas shall be graded smooth over the lines
and around the manholes. The area around the manhole
shall be graded such that the top of the manhole is 2"
to 4" above finish grade. No rocks shall be left
exposed larger than was exposed prior to construction,
further provided that no rocks larger than 3 inch
maximum dimension will be left exposed as a result of
construction;. This provision shall apply to all areas
disturbed by construction. Graded areas shall then be
seeded with a grass of the type prevailing in the
pasture. Where no grass type is prevalent, the area
shall be seeded with Kentucky 31 Tall Fescue. The area
I!
shall be maintained, re -seeded and fertilized if
required, until hardy grass growth is established.
2.) Lawn areas shall be graded smooth over the lines
and around the manholes. Where the resulting ground
surface has less than a 4 inch thickness of topsoil the
area shall be regraded and topsoil placed such that all
areas will have a minimum of 4 inches of topsoil,
manhole lids are flush with the ground surface, and no
ponding of water will occur. The resulting ground
surface shall have no rocks exposed and no clods or
lumps larger than 1" maximum dimension shall be
exposed. The area shall then be seeded with a grass of
the type prevalent in the yard and the area maintained
until hardy grass growth is established. The Contractor
shall re -seed and/or fertilize as needed to meet this
requirement.
3.) Where construction crosses gardens or other
cultivated areas the ground shall be graded and repaired
such that surface drainage is not altered and the
topsoil in these areas is of the depth and quality as
existed prior to construction. Construction shall not be
delayed thru any areas with harvestable crops; however,
the Contractor shall notify the property owner a minimum
of 24 hours prior to construction. Should any backfilled
areas experience further settlement after the grading
and seeding has been performed and prior to final
acceptance of the project, the Contractor shall re -grade
and re -seed as above specified. Additionally, should any
areas which have not been backfilled for at least 90
days prior to final acceptance of the project experience
further settlement within 90 days of the original
backfill, the Contractor shall make corrections as above
specified immediately upon notification by the Owner. It
is the intent of this specification that the
inconvenience to the land owners during construction
will be kept to a minimum and that the condition of all
pastures, gardens and yards will be at least as good
after construction as before, and that grass growth will
be essentially the same as before construction. Payment
I for grading and repair of lawns gardens and pastures is
not a separate bid item and shall be, subsidiary to the
various other items of the contract.
S. SB-2 Backfill All drives and "open cut" streets are to be
backfilled with SB-2 crushed stone base across the existing
I driving areas. This base shall be placed in 8 inch lifts,
when required by the Engineer, and compacted to 95% of
Standard Proctor Density. Payment for this shall be at the
unit price bid per cubic yard for "SB-2 Backfill", which
shall be the full payment for furnishing, handling and
compacting the backfill. The following method of measurement
shall be made for basis of payment:
If
1. the length for payment shall be the existing driving
area plus 4 feet.
I. 2. the width for payment shall be the actual trench
width excavated, but not to exceed 30 inches.
3. the depth for payment shall be the actual depth
I backfilled with SB-2 with no payment for material
placed below the center of the pipe.
I
I
I
T. Protection of Livestock and Pets Portions of the work are
within or across fenced areas containing livestock or pets.
The Contractor shall coordinate this work with the property
owners and shall be responsible at all times for providing
personnel and fencing as required to safely contain any
livestock or pets in the construction areas. Payment for any
work or materials required under this item is not a separate
pay item but is subsidary to the other items of the
Contract.
U. Protection and Relocation of Shrubs and Plants Prior to
construction across yards, the Contractor shall relocate
I. shrubs, plants and small ornamental trees located within the
permanent easements when requested by the property owner.
The contractor shall exercise due care and perform the
relocation work in a workmanlike manner. The Contractor will
not be required to relocate vegetation beyond the immediate
yard area and the Contractor shall not be responsible for
the sustained life of the vegetation. Relocation of
vegetation is not a pay item. Payment for this work shall be
subsidiary to the various other items of the Contract.
I1.
I
I
1.
I
V.
Testing The
Contractor
shall
provide the
equipment and
labor
for the
testing
of the
sewer lines
as specified
herein.
Should
further
testing
of materials
or workmanship
be
made on this
project,
for whatever
reason, these tests
will
be made by
an
independent
testing laboratory
selected
by
the Owner.
The
cost of all
passing tests
made by an
independent
testing
laboratory
will be paid
by the Owner;
the
cost for failing
tests will
be paid by the
Contractor.
5. INSURANCE The
certificate from an
Contractor
acceptable
shall furnish the
insurance carrier
District with a
evidencing that
contractor has in
force liability
insurance in
the following
minimum amounts:
a. Comprehensive
General
Liability:
1.
Bodily
Injury
or
Death: $1,000,000.00 each
occurrence,
$1,000,000.00
aggregate.
2. Property Damage: $500,000.00 each occurrence,
$1,000,000.00 aggregate.
I
b. Comprehensive Automobile Liability: (Owner, Non -owned,
Hired)
1. Bodily Injury or Death: $250,000.00 each person,
$555,000.00 each accident.
2. Property Damage: $250,000.00 each occurrence.
6. PAYMENT FOR MATERIALS In order to assure that adequate
materials are onsite at all times for the diligent construction
of the project, payment for materials onsite will be made with
the periodic estimates. In order to receive payment the
Contractor shall provide the Engineer with a copy of the invoice
I from the material supplier. The invoice shall state the number of
units, the unit price, and the total price for the materials
supplied. The Contractor shall promptly pay for all materials for
which he has received payment. The Engineer or Owner may, at any
time, require proof of payment to suppliers of materials for
which the Contractor has been paid. Should the Contractor be
found delinquent (over 10 days from date of payment by the Owner)
in payment to material suppliers, no further payment for
materials onsite will be made to the Contractor.
I
I
I
I
I
I
I
I
I
I
V
MANHOLES REQUIRED TO HAVE SELF-SEALING LIDS
Manhole No. Station
,, 2 Int. 6+001
3 10+00
4 14+00
J' 5 1 18+207
10 33+55
12 41+57
13 45+573
• 14 47+69
15 51+60
16 55+57
17 58+74
18 61+00
19 63+80
I. 20 67+11 BK
67+309 AH
21 71+086
22 72+392
23 " 75+07
24 76+70
25 79+57
26 81+54
27 " 85+552
28 " 86+60
29 " 89+551
30 " 93+55
31 " 97+55
32 " 101+55
33 " 105+554
34 " 109+554
35 113+554
36 117+551
• 37 Int. 121+967
5-1 L-5 2+39 10-8 L-10 30+121
10A-1 L -10A 2+47
10A-2 L -10A 6+47
I
A
I'
I
I
I
U
Li
Ti
I
[1
I,
I
I
I
II
1<
I
DETAIL SPECIFICATIONS
FOR
PUMP STATION CONSTRUCTION
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
FAYETTEVILLE, ARKANSAS
1. SCOPE OF WORK The work to be done under this specification,
and as shown on the Plans, shall include the furnishing of all
necessary materials, tools, equipment and supplies and
performing all the necessary labor for a complete installation
of the Owl Creek Pump Station and the addition of an additional
wetwell and related construction at the Starr Valley Pump
Station. The work at the Owl Creek Station consists of the
construction of the pump station, grading, fencing and access
drive in accordance with the Plans and Specifications. The work
at the Starr Valley Station consists of the construction of a
new wetwell to be connected to an existing wetwell and
modification of the pumps at the existing pump station in
accordance with the Plans and Specifications.
2.
MATERIALS
OF
CONSTRUCTION The
materials
of
construction
shall
be
as shown
on
the plans, as
provided
for
in the "Standard
Specifications,"
as provided for
in the
"Detail
Specifications
for
Sewer Line
Construction" or
as further
provided
in these
Detail
Specifications."
3. ITEMS OF CONSTRUCTION
A. Clearing and Grading The Owl Creek site shall be cleared
of trees and vegetation and topsoil removed. Fill material
for the site shall be free of organic matter and rocks
larger than 8" diameter and shall be placed in 12" lifts
compacted to 95% of Standard Proctor Density. After
completion of Station construction the area shall be graded
smooth, 4" topsoil applied to slopes and exposed earth, and
the area seeded and mulched.
B. Drainage Culvert A 24" CMP (16 Gauge) shall be installed
under the entrance drive to the Owl Creek Station as shown
on the plans.
C. SB-2 Crushed Stone Base The entrance drive and the area
within the Station as shown on the plans shall be graded and
covered with 6" of crushed stone base compacted to 95% of
Standard Proctor Density.
O. Chain Link Fencing and Gates A 72" high chain link fence
topped with 3 strands of barbed wire on 450 extension arms
and a double 10 feet swinging gate shall be installed at the
Owl Creek Pump Station as shown on the plans.
1. The fabric shall be galvanized No. 9 gage steel wire
with 2" mesh.
I
V
2. A bottom tension wire of one strand of No. 9
galvanized wire to be interlaced in the bottom of the
fabric and fastened with No. 11 gauge hog rings on 24"
centers.
'. 3. Line posts shall be 2" O.D. schedule 40 set 2 feet
in concrete.
II
4. Gate and corner posts to be 3" O.D. schedule 40 set
3 feet in concrete.
I. 5. The gate frames are to be of 2" standard pipe and is
to be a complete installation with hinges and latches.
Li
I
I
II
II
I
i,
Li
I
I
6. Toprail is to be 1 5/8" O.D. with 0.72 wall
thickness.
All fence fittings are to conform to industry standards and
installation is to be in accordance with industry norms.
E. Steel Lift Station
1) GENERAL
The
contractor
shall furnish
and
install
one complete
factory
built,
automatic,
underground
lift
station
as
manufactured by Water Reclamation, Inc., Florence,
Kentucky. The station shall be furnished with all
needed equipment factory installed and tested, in a
welded steel pump chamber. There shall be a welded
steel entrance tube with ladder to provide access. The
principle items of equipment shall include duplex
non -clog centrifugal pumps, valves, internal piping,
central control panel with circuit breakers, motor
starters and automatic control system, lighting, sump
pump, vent fan, dehumidifier and internal wiring. In
these specifications are specified certain equipment
and materials deemed most suitable for the service
anticipated. This is not done, however, to eliminate
others equally as good and efficient. In the event the
Contractor obtains the engineer's approval other than
that specified, the contractor shall, at his own
expense, make any changes required to accomodate the
equipment.
The Contractor shall provide the Owner with two (2)
copies of Installation, Operation and Maintenance
manual(s), provided by the pump station supplier,
written specifically for the station installed. The
manual(s) shall contain all information which the
Engineer will need to assure that the station is
installed in compliance with the manufacturer's
recommendations. The manual(s) shall also contain all
information which the Station Operator will need to
I
I
' properly maintain and service the station, including
but not limited to information needed for parts
replacement for pumps, controls, valves, piping and
electrically controlled units contained within the
station.
II
Ii
li
I
II'
I
Li
2) Guarantee
The Manufacturer of the lift station shall guarantee
for one year from the date of shipment that the
structure and all equipment shall be free from defects
in design, materials and workmanship. The lift station
Manufacturer shall furnish replacement parts for any
component proven defective, whether of his or other
manufacture during the guarantee period, excepting only
those items which are normally consumed in service,
such as light bulbs, oil, grease, packing, etc. The
Contractor shall further guarantee the materials and
workmanship for a period of one year from the date of
acceptance of the Station by the City as provided in
Section 39 of the General Conditions.
3) PIPING
Station suction lines shall be eight (8) inch, Class 52
ductile iron pipe with a mechanical joint bell outside
the chamber with bronze fitted double disc gate valves
and bronze fitted check valves for ejectors inside the
chamber. The discharge line shall be eight (8) inch,
Class 52 ductile iron pipe from the pump to the
junction of the common discharge outlet. Bronze fitted
check and double disk gate valves shall be installed in
each discharge line. The check valves shall be of the
spring loaded lever type, enabling the clapper to be
lifted to back flush the unit and suction line. The
discharge line shall be ten (10) inch, Class 52 ductile
iron pipe with a flanged joint immediately outside the
chamber.
4) WIRING
The Owner will provide power to the site and the meter
base. The Contractor shall provide all other wiring.
All wiring shall be performed by a licensed electrician
in accordance with the National Electric Code.
The pump station shall be completely wired at the
factory, except for the power feeder lines in
accordance with the National Electric Code. All wiring
in the pump station shall be color coded as indicated
on the wiring diagram.
All wiring outside the panel shall be in conduit or
steel wireway except for 115 -volt accessory lines
I
I
and/or items which are provided with connecting
insulated cable by the manufacturer. Surface duct from
the control panel across the ceiling and up the
entrance tube shall be provided by the manufacturer to
receive the feeder lines. The surface duct shall
terminate in a threaded conduit connection through the
wall of the entrance tube above the ground level. Such
small accessory items as the sump pump, blower,
dehimidifier, and air compressor shall be plugged into
polarized grounded convenient outlets located near
their installated position so that such items can be
readily removed and serviced or exchanged for
replacement units if necessary.
5) WELDING
All steel structural members shall be joined by
electric arc welding with fillets of adequate section
for the joint involved. Such welds shall be continuous
and water tight to exclude ground water. All inserts
for pipes, etc., shall be welded inside and out. The
ductile iron suction and discharge lines shall be
' reinforced with 1/4" thick steel sleeves where they
pass through the station walls. The sleeves shall be
welded, interiorly and exteriorly, to the station
walls. The space between the ductile iron pipes and the
rsteel sleeves shall be packed tight with expanding
. cement grout to prevent leakage. A lifting "eye" shall
be welded to the ceiling over each pump so a pulley or
hoist can be attached for service work.
6) PROTECTION AGAINST CORROSION
After welding, the entire chamber, entrance tube and
cover supports shall be sandblasted on all interior and
exterior surface to prepare the surface for painting.
Any surfaces damaged in shipment shall be retouched
with the same paint by the contractor during
installation; the paint shall be provided by the
supplier. All external conduit and steel pipe shall be
protected by application by the Contractor of one field
coat of epoxy paint, provided by the Supplier. For
cathodic protection, (2) 17# packaged magnesium anodes
shall be buried by the Contractor on opposite sides of
the chamber and securely connected by copper wires to
the wire lugs provided on the exterior of the chamber.
A synthetic rubber mat shall be installed on the floor
in the normal walkway area to protect the floor from
wear.
7) VENT BLOWER AND STATION LIGHTS
The vent blower and station lights shall be controlled
I. by a combination manual and automatic switch mounted on
I
Ia
' the top of the entrance tube, providing ventilation and
illumination automatically when the station is
centered. An air inlet shall be provided to draw fresh
air from the outside and discharge it directly into the
entrance tube. The vent blower shall be a squirrel
cage, high efficiency type capable of changing the air
' 30 times per hour and shall draw air from within 18
inches of the floor. The station lighting shall consist
of two 100 watt incandescent vapor light fixtures with
heavy glass guards.
8) DEHUMIDIFIER
A package dehumidifier complete with controls shall be
furnished to insure a dry atmosphere for protection of
electrical components. The unit shall be capable of
�' removing 20 pints of water per day from the air under
conditions of 80°F and 60% relative humidity. The water
collected shall be piped to the sump well.
' 9) SUMP PUMP
• There shall be installed in the sump pump well a
submersible sump pump with a 1/3 horsepower motor
mounted directly above the impeller. It shall have a
minimum capacity of 1200 GPH at 20 feet TDH. The pump
shall be controlled by a float switch.The contractor
shall connect the sump discharge line from the sump
well to the wet well. It shall discharge back into the
wet well through a 1 1/4" schedule 40 steel pipe with
(2) check valves and a gate valve within the pump
chamber. The pipe shall enter the wet well at as high
of an elevation as practical. The pump shall be
protected with a 1/4" heavy steel mesh to keep out
debris.
10) FACTORY TESTS
The completed lift station shall be given a running
' test of equipment where practical, to check for
excessive vibration, leaks in all piping, correct
operation of the control system and of auxiliary
' equipment. The station suction and discharge lines
shall be coupled to a reservoir and the station shall
recirculate the water, simulating actual service
conditions. The control shall be adjusted under such
' operating conditions to start and stop the pumps or
ejectors at approximately the levels required by the
job conditions.
I
I
11) CYLINDRICAL VESSEL
a). Equipment Chamber
The equipment chamber shall be a vertical cylinder
I. with sidewalls of 1/4" or heavier steel rolled to
have an inside diameter of 9.5 feet. The clear
inside height shall be 9 feet. The top and bottom
of the chamber shall be 3/8" flanged plate. The
bottom shall be reinforced by 8" I -beams, 18.4#,
extending 1' outside the chamber diameter in both
directions. A third I-beam provides lateral
bracing. The top shall be reinforced by 8" channels
13.75# in both directions to support over burden.
b). Entrance Tube
The entrance tube with access ladder and cover
shall be a vertical cylinder constructed of 1/4"
steel plate with an inside diameter of 36". It
shall be stiffened at the top by 1/2" x 3" bar and
1 at the bottom by a 2" x 2" x 1/4" angle. This angle
shall rest on a 2-1/2" x 2-1/2" x 1/4" angle welded
to the top on the pump chamber.
The cover for the entrance tube shall be
constructed of fiberglass on a steel assembly and
have a suitable drip lip around the edge with a
handle for opening. A lock shall be provided which
can be opened from the inside without a key. Two
additional ladder rungs shall be mounted on the
cover to provide assistance in and out of the
station. A wind catch shall be provided to maintain
the cover in an open position when required. The
cover shall be self-locking upon closure.
The access ladder shall be of aluminum construction
with 1-1/4" diameter rungs on 12" centers. Each
section shall be supported by a minimum of four
steel plate brackets welded to the walls. Each
section of ladder shall be aligned by the
contractor during installation. Access ladder
construction and dimensions shall conform to
current O.S.H.A. standards.
• Alignment of the entrance tube and field welding to
the equipment chamber shall be the responsibility
of the contractor.
I
I
I
12). VERTICAL NON -CLOG PUMPS FLEXIBLE COUPLED
' a). General
Furnish installed in a package lift station (2)
flexible coupled vertical dry pit non -clog sewage
pumps capable of handling 3" solids as manufactured
by Allis-Chalmers.
b). Pumps
Pumps shall be type NSWV, model 300, size 4 x 4 x
12 LC flexible coupled sewage pumps. Each pump
shall be designed for a capacity of 500 GPM against
90 ft. of total dynamic head. Pumps will be capable
of future conditions of 700 GPM @ 100TDH and 900
GPM @ 112' TDH with impeller and motor change.
' c). Motors
Each pump shall be driven by 40 HP, 1750 RPM motor
of the vertical, flexible coupled ball bearing
type, open drip proof, capable of carrying full
load continuously and have a service factory of
1.15. Nameplate voltage rating shall be 460 volts,
3 phase, 60 hertz.
d). Pump Casing
The pump casing shall be close -grained cast iron of
sufficient strength, weight and metal thickness to
insure long life, accurate alignment, and reliable
operation. Volute shall have smooth fluid passages
large enough at all points to pass any size solid
which can pass through the impeller and provide
I. smooth unobstructed flow. A large clean -out opening
with removable cover, having its interior surface
matching the volute contour, shall be located on
the casing at the impeller centerline, to allow
access to interior of the impeller. Casing shall be
split perpendicular to the shaft, with removable
' suction cover and stuffing box cover. Machined fits
for these parts shall be accurately aligned and
identical so that casing may be installed for
either clockwise or counterclockwise direction of
rotation. Casing shall be so arranged that the
impeller may be removed without disturbing either
suction or discharge piping.
Ie). Pump Connections
The suction and discharge connections shall be ASA
121 -pound flat face flange. All flange bolt holes
I
shall be slotted for ease of assembly and
disassembly. Each suction and discharge flange
shall be drilled and tapped for gauge connections.
A 1/4" IPS tap shall be supplied in the suction
nozzle, and a 1/2" IPS tap in the discharge nozzle.
The tap in the discharge nozzle shall serve as a
vent when gauge is not used.
f ) . Impeller
The impeller shall be of the single -suction
enclosed type with 2 vanes, made of close -grained
cast iron. Impeller shall be particularly designed
with smooth water passages to prevent clogging by
stringy or fibrous materials, and shall be capable
of passing solids having maximum sphere size of 3
1/16". Impeller shall be statically and
hydraulically balanced. Impeller shall be keyed and
secured to the shaft by a stainless steel capscrew
and washer, and shall be readily removable without
the use of special tools.
g). Impeller Clearance Adjustment
The pump shall have provisions for adjustment of
axial clearance. The adjustment shall be made
through the use of shims placed between the frame
and outboard bearing housing.
h). Seal Box
The seal box shall be made of cast iron accurately
I, machined to fit the pump casing. The seal box shall
be fitted with a double mechanical seal, John Crane
type 21, or equal. The seal shall be lubricated and
pressurized by a water seal line by-passed from the
' pump discharge nozzle. The line shall have a
shut-off valve and 50 micron filter to prevent
impurities from entering the seal cavity.
i). Shaft
The pump shaft shall be high -strength carbon steel,
SAE 1045 minimum, accurately machined and of
sufficient size to transmit full driver output. It
shall be protected from the pumped liquid by a
' shaft sleeve in the seal box area. The shaft shall
be sealed by a synthetic rubber "O" ring between
the sleeve and the impeller hub and a suitable
' gasket between the impeller hub and adjoining shaft
shoulder.
The renewable shaft sleeve, which extends through
the box and under the gland, shall be provided.
I
C
I
I
I
P
Li
LI
F
I
I
I
I
Shaft sleeves shall be of corrosion -resistant
material, approximately 500 Brinnell hardness.
Shaft sleeves shall be secured to the shaft by a
socket -head setscrew, located under the gland for
easy access.
j). Bearing Frame
The
pump bearing
frame shall
be one-piece
rigid
cast
iron construction. Frame
shall
be
provided
with
a cast iron
bearing housing
at
the
outboard
end,
and a cast iron
end cover
at the
inboard
end.
Both
ends of the
frame shall be provided
with
lip
type
grease seals
and labyrinth
type
deflectors
to
prevent the entrance
of contaminants.
Frame
shall
be provided
with
a 3/4" IRS tapped hole,
located
as
low
as possible
to drain the
leakage
from the
packing
gland.
Bearing frame shall be designed so that complete
rotating element, including motor, can be removed
from casing without disconnecting piping or
coupling.
k). Bearings
Bearings shall be designed for 20,000 hours minimum
life at conditions of operation. Radial inboard
bearing shall be ball or roller type suitable for
all loads encountered in the service conditions.
Axial thrust outboard bearings shall be deep groove
single row ball or angular contract double row ball
type suitable for thrust loads in two directions.
Bearings shall be grease lubricated with provisions
for the addition and relief of grease.
1). Motor Support
The pump shall be provided with a motor support
adapter of sufficient size and strength to support
the largest driving motor required by the pump. The
motor mounting surface shall be designed for
standard NEMA "P" flange motor. The motor support
adapter shall bolt directly to the pump frame, and
shall be designed to permit access to the framed
and flexible coupling.
m). Coupling
The coupling shall be of the flexible type.
Coupling hubs shall be secured to the driver and
driven shafts by a set screw located over the key.
I
L
I
I
I
[1
I
H
I
I
I
I
I
n). Pump Support
The pump shall be supported by a cast iron pedestal
base* with openings large enough to permit access
to the suction elbow and clean -out hand hole. Base
shall be designed to support the assembled weight
of the pump, motor support adapter, and motor.
Base shall safely withstand all stresses imposed
thereon be vibration, shock and all possible direct
and eccentric loads. Base shall have adequate
horizontal dimensions foundation contact area,
anchorage facilities and shall be of sufficient
height so that the suction elbow will not touch the
floor or foundation upon which the pump is mounted.
o). Suction Elbow
Each pump shall be provided with a clean -out type
cast iron non -reducing suction elbow which is
bolted directly to the pump suction flange. The
clean -out hand hole shall be provided with a
removable cover of the largest possible size. The
inner surfaces of each hand hole cover shall
generally conform to the curvature and radious of
the suction elbow. A 1/4" tapped hole for gauge
connection shall be provided in the elbow near the
suction flange. A 2" tapped hole shall also be
provided in the side of the. elbow for use in
applying water pressure to unclog the pump in case
of stoppage.
p). Data Plates
All data plates shall be of stainless steel
suitable attached to the pump. Data plates shall
contain the manufacturer's name, pump size and
type, serial number, speed, impeller diameter,
capacity and head rating, and other pertinent data.
A special data plate shall be attached to the pump
frame which shall contain identification of frame
and bearing numbers.
q). Hardware
' All machine bolts,
the hex head type.
special tools or wr
1
*Fabricated steel
some reducing elbov.
nuts and capscrews shall be of
Hardware (or parts) requiring
enches shall not be used.
pedestal may be necessary with
sizes.
H
13). CONTROLS
a). General
The control system shall consist of an air bubbler
system, complete with compressor, air storage tank,
e pressurregulators and pressure switches.
I
I
I
[1
L
[I
I
I
I
I
I
I
I
An angle bracket shall be welded to the outside of
the chamber just over the air pipe connection to
receive a 3 x 3 x 1/4 angle brace to protect the
air pipe between the pump station and the wetwell.
A Nema Type I, dead -front enclosure, fabricated of
steel shall house all control equipment. The panel
shall be fully gasketed and dust tight. The high
voltage section of the panel including all circuit
breakers and motor starters shall have a removable
cover with 1/4 turn latching devices. Circuit
breakers, motor starters, reset buttons, and pump
control H.O.A. switches will be surface mounted for
accessible operation without opening the high
voltage panel. The low voltage and pneumatic pump
control section shall be enclosed in a hinged
section for the panel and isolated from the high
voltage section. All pneumatic control equipment
shall be completely adjustable from exterior of
panel. All low voltage control wiring and pneumatic
piping shall be accessible by a hinged drop shelf
covering the control section. It shall not be
necessary to open this section except for trouble
shooting control wiring or pneumatic piping. All
external wiring will terminate behind this panel. A
grounding type, convenience outlet shall be provided
for operation of 115 volt A.C. devices and shall be
protected by a 15 amp fuse.
Hydraulic -magnetic circuit breakers shall be
provided for branch disconnect service and
over -current protection of pump motors. Magnetic
across -the -line starters with under voltage release
and overload coils for each phase shall be provided
for each pump motor to give positive protection
against single phasing. All equipment control
switches shall be labeled and a color coded wiring
diagram shall be provided. Fuses shall be provided
for over -current protection of controls and
auxiliary equipment.
b). Bubbler System
IA pneumatic bubbler system shall be provided to
control the operation of pumps with variations of
11
I
I
I
I
[I
LI
I
I
I
I
I
I
J
I
I
sewage
level
in the wet
pit. A close coupled
oilless
type
air compressor
and storage tank shall
be supplied
as a complete
unit to provide an
adequate
air
supply for the
pneumatic system.
The pneumatic system shall include mercury tube
type pressure switches with sensitive pressure
elements and independent high and low adjustments
for each pump capable of a minimum differential of
14 inches of water. Each pressure switch shall be
completely adjustable from exterior of panel. A
gauge (0-100 inches of water) and a simulator
needle valve shall be provided for ease of
adjustment of set points. A pressure regulator and
a gauge (0-30 P.S.I.G.) shall be provided to
regulate the air supply to the pneumatic system. A
0-2.0 C.F.H. adjustable flow meter shall be
provided for regulation of free air to the system.
A push button operated air switch shall be provided
for a high pressure purge of wet well bubbler line.
Full storage tank pressure shall be diverted from
the system to the purge line when purge button is
depressed to dislodge any residue build-up in the
submerged bubbler line. An automatic alternator
switch shall be provided to change the sequence of
operation of the pumps on completion of each
pumping cycle. The circuit shall provide for the
pumps to operate in parallel, should the level in
the wet well continue to rise above the starting
level in the lead pump. An alternator switch is
provided to allow the laternator to remain in one
mode of operation if alternation is not desired.
c). Elapsed Time Meter
Running time
meters shall be
installed on
the
front
panel for
recording total elapsed
running time
of
each pump
motor.
The elapsed time meters
shall
be
six (6) digit,
nonresetable,
recording in
hours
and
tenths.
The
meters shall
be wired to
auxiliary
contacts
on the
pump motor starter.
d). Phase Monitor Relay
The pump control circuit shall be wired in series
to a phase sequence and under voltage relay to
prevent pump start-up in the event of a phase
reversal, low line voltage, or single phase power
loss. The relay shall be designed to sense 460
voltage, 3 phase, 60 cycle service.
e). Low Air Pressure Switch
An additional pressure switrch shall be installed
11
I
I
on the bubbler loop with adjustable mercury type
contacts wired to isolated terminals for hookup of
a remote alarm device. The switch is rated for 10
amp resistive load and can be adjusted to activate
at a preset low air pressure on compressor.
f). High Water Alarm Pressure Switch
An additional pressure switch shall be installed in
the blubbler loop with adjustable mercury type
contacts wired to isolated terminals for hookup of
a remote alarm device. The switch is rated for 10
amp resistive load and can be adjusted to activate
at a preset high wet well level.
g). Alarm Level
A vapor tight 100 Watt light fixture with red globe
and guard shall be supplied to indicate visually
when an alarm condition exists, and shall continue
to burn
as
long
as
the alarm
condition exists.
Mounting
of
the alarm
light
shall
be by others.
I
I
I
[1
I
I
I
I
I
I
h). Remote Telemetry
Contacts shall be provided within the control
enclosure to signal a remote telemetry system.
(Telemetry system provided by others).
F. Concrete Wetwell Concrete wetwells shall be constructed
at the Owl Creek and Starr Valley pump station's in
accordance with the plans and specifications. Concrete for
wetwells shall conform to Section 3F of the "Detail
Specifications for Sewer Line Construction."
4. The pump station at Starr Valley is a duplex dry -pit station
containing two (2) Fairbanks -Morse model 5433C pumps with 40 hp
motors. The
existing
11 1/4" impellers in the
pumps
shall be
increased to
12".
The Contractor shall obtain
all
necessary
materials from
the
pump supplier and provide
all
labor and
equipment required
to make the change. One
pump
shall be
maintained in
operation
at all times while this
work
is being
performed.
All work
shall be coordinated with
the
City of
Fayetteville.
Cost
for work under this item shall
be included in
the lump sum
price
bid for "New Construction -Starr Valley Pump
Station."
5. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Payment for work
at the pump station sites shall be at the lump sum price bid for
"Owl Creek Pump Station -Complete" and at the lump sum price bid
for "New Construction -Starr Valley Pump Station." The lump sum
price for the Owl Creek Station shall include the fencing, all
work including piping within the fenced area, and the access
drive. The lump sum price for the work: at the Starr Valley
Station shall include modification of existing pumps, the new
wetwell and tie-in and all work within the existing fenced area.
The work involved in tieing the new wetwell to the existing
wetwell shall be co-ordinated with the City.
Payment for work at the pump stations will be made monthly based
upon the Engineer's estimate of the percentage of work adequately
completed.
In addition to the lump sum prices bid for work at the pump
' stations, payment for excavation of any rock encountered will be
made at the unit price bid for "Rock Excavation." The limits of
measurement of rock for payment unless otherwise specified, shall
' be to planned elevation vertically and a maximum distance of 3
feet outside of the wetwell and/or dry pit horizontally.
1l
I
I
I
I
I
I
I
I
I
I
I
[1
SPECIFICATIONS
FOR
OWL CREEK PUMP STATION - SUBMERSIBLE PUMPS
(ALTERNATE BID ITEM)
I
I
I
[1
I
I
I
I
I
I
I
I
fl
H
fl
U
1. GENERAL As an alternate to a dry pit pump station bids are
requested for a station utilizing submersible pumps. The wetwell
shall be as shown on the plans and as specified. The principle
items of equipment include duplex submerisble pumps with guide
rails, valves, piping, central control panel with circuit
breakers and automatic control system.
The Contractor shall provide the Owner with two (2) copies of
Installation, Operation, and Maintenance manual(s), provided by
the manufacturer, for all pumps, controls and valves to be
provided for the station. The manual(s) shall contain all
information which the Engineer will need to assure that the
station is installed in compliance with the manufacturer's
recommendations. The manual(s) shall also contain all
information which the Station Operator will need to properly
maintain and service the pump station, including but not limited
to information needed for parts replacement for all pumps,
controls, valves and piping.
2. PUMPS The pumps shall be a non clog type capable of handling
3" solids with a minimum 4 inch discharge - such as Myers Model
4VC, and shall be electric operated with a submersible motor.
The pump shall be installed on a lift out rail system in such a
way that wastewater is fed in an up -flow direction to the
impeller, with no feet, rails, or other obstructions below the
inlet.
3. OPERATING CONDITIONS The pumps shall be capable of operating,
without overloading, at any point on the pump performance curve.
Each pump shall have a capacity of 500 gpm against 90 ft. of
total dynamic head. The pumps shall also be capable of future
conditions of 700 gpm at 99 ft. TDH and 900 gpm at 112 ft. TDH
with impeller change.
4. MOTOR The motor shall be 40 HP, 3 phase operation at 230
volts, and shall operate at 1750 RPM.
To ensure optimum concentricity, the motor shall have a heat
shrunk stator. The strator windings shall be of the open type
with insulation rated for 180°C maximum operating temperature.
The winding housing will be fitted with a clean high dielectric
oil that will lubricte bearings and transfer heat from the
windings to the outer shell. Motor shall have three bearings;
and upper ball bearing, an intermediate ball bearing, and a
lower bronze sleeve bushing to accomodate radial shock loads
from impeller.
I
A heat sensor thermostat shall be attached to the windings, and
1 shall be connected in series with the motor starter coil to stop
motor operation if the motor temperature exceeds 120°C. The high
temperature shutoff will cause the pump to cease operation
should a control failure cause the pump to run in a dry wetwell.
The high temperature shutoff will automatically reset and
re -start the motor when the temperature drops to a safe limit.
' The common motor and pump shaft shall be of one piece, shall be
of 416 stainless steel, and shall be of heavy construction to
prevent deflection from impeller radial loads when pump operates
at heads higher than the peak efficienty range.
5. SEAL CHAMBER The motor shall be protected by double tandem
' shaft seals, with an oil filled chamber between the seals for
lubricating the seal faces. Seal faces shall be carbon and
ceramic lapped to a flatness tolerance of one light band. Metal
parts and springs for seals shall be stainless steel.
6. SEAL FAILURE DETECTOR A double electrode shall be mounted in
the lower end of the seal chamber to detect any water leakage
into the chamber. Electrodes are to be connected to an amber
seal failure light in the control panel. The seal failure
warning system will not stop the motor, but merely indicate
' leakage so that the lower seal can be serviced before motor is
damaged.
' 7. PUMP IMPELLER The impeller shall be a high efficiency two
vane rounded port design for optimum energy utilization. The
impeller will have pump out vanes on the upper side to help keep
trash away from seal, and reduce pressures at seal face.
The impeller will rotate within a bronze wear ring, located at
the bottom of the volute.
' 8. PUMP AND MOTOR CASTINGS All castings shall be of high tensil
cast iron and shall be treated with phosphate and chromic rinse
' and be painted inside and outside with baked on epoxy paint.
9. POWER CORDS Motor power cords shall be #10-4, type SOSWTO or
SOW -600V, four conductor, and motor control cord to be #18, type
SJO-300V, five conductor. All cord lengths shall be such that no
splices will be required between the pump and juction box at the
top of the basin. Both cords shall be potted into motor end cap
with epoxy potting compound. In addition, a rubber grommet that
seals both cords shall be clamped on the cords by the end
holding cap. Cords shall withstand a pull of 300 lbs. without
loosening. The end cap shall have female thread tapping for 2
inch conduit.
10. LIFT OUT RAIL SYSTEM Rail system shall consist of a combined
free flow check valve, guide bracket, and bolts to the pump
volute flanged discharge. When the valve -bracket -seal fitting
assembly slides linerarly downward as guided by the guide bars,
the assembly will seal to the cast iron discharge casting which
' is bolted to the bottom of the basin. Check valve flapper shall
be spring loaded to prevent water hammer slam. Valve casting and
discharge casting shall be painted inside and outside after
machining, with baked on epoxy paint. When the pump is lifted
out to the basin, the attached check valve will also be lifted
out. No other check valve will be required.
An upper guide plat shall be attached to liftout fitting and
will guide pump on rails. A liftring eye shall be attached to
plate and 5/6 inch galvanized chain and clevice shall be
furnished for lifting pump.
Guide rails shall be 1 1/2" stainless steel.
Guide rail support shall be adjustable so that true vertical
alignment of rails can be attained. Rail support and mounting
' bushing shall be mounted to basin wall and shall not be attached
to basin cover or cover frame.
11. BASIN COVER Basin cover shall be as indicated on the plans,
' and shall have a rectangular opening made with steel frame and
shall have a hinged cover. A locking hasp and a lifting handle
shall be provided on the cover.
All fasteners shall be of stainless steel construction.
12. WATERPROOF JUNCTION BOX A cast aluminum junction box shall
be furnished to connect all pump power and control cords and all
switch cords. The junction box cover will be fitted with an "O"
ring for water tight seal. The box will have a 2 inch N.P.T.
' conduit connection and will be furnished with the proper sealing
compound to seal incoming power and control wiring from the
electrical control box.
' ICord grip rubber grommet seal fittings shall be provided in the
box to seal pump power, control and level control cords. The
conductor from these cords will connect to the conductor from
the corresponding cords from the control panel. Individual cords
can be detached from the junction box when required to remove
pump. The cords can be detached without breaking the sealing
' compound seal in the junction box.
The junction box will be mounted near the top of the basin and.
in the horizontal position for easy access to the internal
wiring.
' 13. LEVEL CONTROLS The mercury switch shall be encapsulated in
polyurethane foam for corrosion and shock resistance. Level
switches shall be weighted to hold desired position in the sump.
The cord connecting the control shall be No. 16-2, rated for 13
' amps, and shall be type C-SJO (constant service, extra
felexible). To ensure optimum longevity, mercury contact shall
be of the mercury to mercury type and encapsulated in a steel
[I
tube and shall be rated for 20 amps at 15 vac. Glass tube
switches will not be considered an acceptable substitute.
Four switches shall be provided; lead pump on, lag pump on, both
pumps off, and high level alarm. Contacts shall be provided
within the control enclosure to signal a remote telemetry
system. (Telemetry systems provided by others).
A mounting bracket that attaches to basin wall shall be provided
to support controls.
I
I
L1
I
I
I
I
I
I
I
I
I
Control cords to connect to junction box with cord grip seal
connectors.
14. ELECTRICAL CONTROL PANELS GENERAL All panels shall be in
NEMA 3 enclosures for outdoor use and box cover shall have hasp
for lock, and a flashing red high level alarm light with globe
guard.
Panels shall be for 230 volt single phase, 208, 230, 460 or 575
volts three phase. A transformer shall be supplied in all three
phase panels for control circuit and alarm circuit. Control
circuit and alarm circuit shall be for 115 volts.
A duplex control panel shall include a main disconnect with door
interlock so that power from the panel must be switched off
before the door is opened. The following components will be
provided for each pump; circuit breaker, magnetic contractor
with quick trip ambient compensated overload block, H -OK -A
switch, green run light, amber seal fail light, alarm switch for
on -off and test, and connection terminal strip.
Single phase panels shall also have start and run capacitors and
a start relay.
In addition an alternator shall be furnished so that a different
pump is selected for each subsequent pumping operation. Also, a
control circuit breaker shall be furnished, as well as an
overrride circuit which will bring on the second pump, should
the water level in the basin continue to rise, or to start the
second pump if the first pump should fail.
The control panel shall have the following options:
1. Elapsed time meter for each pump (used for flow
calculations, pump history, etc.)
2. Lightning arrestor
3.
Phase monitor
for
three
phase
4.
Thermostatically
controlled
condensate strip heater
5. Remote alarm terminals and circuitry
U
6. Audible alarm bell
7. Intrinsically safe relays
1 8. Mounting stand for control panel
I
I
I
I
I
I
9. Duplex 115 volt utility receptacle
10. Panel mounted service light
The control panel shall include a schematic wiring diagram
pasted to the inside cover of the box. All terminals will
be clearly labled with proper designation.
15. PIPING AND VALUES All pipe within the wetwell shall be
Class 52 Ductile Iron and retainer glands shall be provided
at all fittings. Iron body, bronze mounted, double disc
gate valves conforming to AWWA Standard Specification
C500-80 shall be installed in the discharge line from each
of the pumps. The valves shall be located outside of the
wetwell and shall be provided with an adjustable cast iron
valve box with a removable cover. If a standard water valve
box is used, the word "WATER" shall be removed from the
cover.
16. STARTUP Startup services will be performed by the
authorized factory representative.
A startup report will be completed by the factory
representative including winding resistance values of black
to white, black to red, and white to red motor cords. All
motor windings will be checked with a megger. Also, the amp
readings will be recorded on the form.
IThe representative will check the pump for proper rotation.
A copy of the report wil be filed by the representative.
1 17. GUARANTEE The manufacturer shall guarantee for one year
fom the date of shipment that the pumps, controls and
related equipment are free from defects in design,
materials and workmanship, excepting only those items which
are normally consumed in service, such as light bulbs, oil,
grease, packing, etc. The Contractor shall further
guarantee the pump station for a period of one year from
the date of acceptance by the City as provided in Section
39 of the "General Conditions."
' 18. METHOD OF MEASUREMENT AND BASIS OF PAYMENT The
alternate bid requested in the Proposal for "Owl Creek Pump
Station - Complete, Submersible Pumps" is a lump sum price
for all work required for all construction within the
fenced area shown on the plans, including the fencing, and
the access drive with SB-2 base and culvert.
Li
Payment
for
this work
will
be
made
monthly
based
upon the
Engineer's
estimate of
the
work
satisfactorily
completed.
I
I
I
I
U
I
I
I
I
I
[1
Li
I
C
Ca
I
I
El
STANDARD SPECIFICATIONS
FOR SEWER MAIN CONSTRUCTION
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT
FAYETTEVILLE, ARKANSAS
I
I
I
I
I
I
I
I
LI
I
Section 2-100: MATERIAL
2-101 SEWER PIPE
Gravity sewer pipe
Proposal and shall
specifications:
shall
be as
specified
on the
meet
one
of the
following
a. ABS or PVC Composite Pipe conforming to
ASTM 02680.
b. Polyvinyl Chloride (PVC) pipe conforming to
ASTM 003034 (Type PSM) and shall have a minimum
Standard
Dimension Ratio (SDR)
of
35 with
elastomeric
made of a
gasket joints.
plastic having
The
a cell
pipe
classification
shall
be
of 12454-8
as defined
in ASTM 01784.
All pipe
sections
shall be
straight
and
true
in
alignment.
c. Extra
conforming
Strength
to ASTM
Vitrified
C200 -65T,
clay pipe
with molded
compression
joints conforming
to ASTM
C-594.
d. Ductile iron pipe shall conform to ASTM
Standard A 746-82 or ANSI/AWWA C 151/A 21.51-81
or latest revision. It shall be lined with a
cement mortar lining and seal coat in accordance
with the latest revision of ANSI/AWWA
C104/A21.4. Joints shall conform to ANSI/AWWA
Clll/A21.11 any may be mechanical or push -on
joint unless otherwise specified. The minimum
thickness class shall be Class 50 unless
specified otherwise.
Couplings and pipe ends for ABS or PVC Composite
Pipe shall be solvent -cemented.
Payment for sewer pipe will be made at the unit
price bid per foot of pipe as installed. This
price shall include all materials and labor,
including trenching, backfilling, and clean-up,
necessary to complete installation.
Li
I
I
I
El
I
I
I
I
I
ri
I
I
El
I
Li
I
I
2-102 MANHOLES
Manholes for gravity sewer system shall be either
cast -in -place or precast concrete.
a. Cast -in -place manholes shall have a
minimum wall thickness of 6 inches and shall
be constructed of 3000 psi compressive
strength concrete. Cast iron steps and lid &
ring shall be provdided. In traffic areas 300
pound ring and lid shall be provided.
Construction shall be in accordance with the
standard details.
b. Precast concrete manholes shall conform to
ASTM C-478 specification with elastomeric "O"
ring gasket joints.
Payment for manholes will be made at the price bid
per manhole. This price shall include all
materials and labor, including excavation,
backfilling, rings, lids, and clean-up, necessary
to complete installation.
I
Li
Section 2-200: INSTALLATION
' 2-201 TRENCH EXCAVATION
I Trench excavation for pipe lines shall be either
"Unclassified Excavation" or "Rock Excavation".
Rock excavation shall comprise rock formations in
' the original bed, in well defined ledges, or in
detached solid masses of stone more than one-half
cubic yard in volume, which cannot be excavated,
loosened, or removed by any process other than by
drilling and blasting. Unclassified excavation
shall be all excavation other than "Rock
Excavation'.
Unclassified trench excavation will not be a
separate pay item but will be considered as part
of the price per foot bid for pipe. Payment for
rock excavation will be made at the unit price per
cubic yard in the Proposal for that amount of rock
actually encountered. For pay purposes the trench
width shall be inside pipe diameter plus 16
inches and the trench depth measurement shall be
from the top of rock to 6 inches below flowline of
I.
pipe. Measurement of rock excavation will be made
by the Engineer after completion of excavation but
prior to placing pipe. The Contractor shall notify
the Engineer when he has encountered rock so that
verification and measurements can be made.
2-202 BLASTING
The use of explosives shall be in accordance with
the Associated General Contractors' Manual of
Accident Prevention in Construction and the
National Fire Protection Association, NFPA No.
495 --Code for the Manufacture, Transportation,
Storage and Use of Explosives and Blasting Agents
and in accordance with the State and local laws
land ordinances.
Blasting will not be a separate pay item but will
be considered as part of the bid price per cubic
yard of rock excavation.
2-203 BEDDING AND STABILIZATION
Where unstable conditions or rock formations are
found at pipe grade the trench shall be undercut
at least six inches and filled to proper grade
with stable material such as crushed rock, gravel,
or sand. All trenches shall be graded with
IJ
depressions for pipe bells so that no pipe will be
supported on its bell; pipe support shall be
continuous and uniform along the entire length of
the pipe barrel.
Polyvinyl Chloride (PVC) pipe shall be laid and
bedded in accordance with ASTM 0 2321-80,
I. "Standard Recommended Practice for Underground
Installation of Thermoplastic Sewer Pipe."
Bedding and stabilization will not be a separate
item but will be considered as part of the bid
price per foot for pipe.
2-204 LAYING SEWER PIPE
Clay sewer pipe shall be installed in accordance
with ASTM C12-64. ABS or PVC Composite pipe shall
be installed in accordance with ASTM 02321. All
sewer pipe shall be laid to a straight and true
grade as shown on the plans and as staked by the
Engineer. Construction shall begin at the low
point and progress uphill in a continuous and
orderly manner. No lateral or mains shall be
constructed before their connecting outfalls have
been completed.
IPipe laying will not be a separate pay item but
will be considered as part of the bid price per
foot of pipe.
2-205 BACKFILL
Pipe shall be backfilled by hand with loose earth
to six inches above the top of the pipe before
using mechanical equipment to backfill. All
backfill shall be placed so as not to displace the
pipe.
Backfill material shall be free of large rocks or
boulders and organic material, shall be placed in
six to 12 inch lifts, and tamped to the density of
the native material.
PVC pipe shall be backfilled to the springline
with fine grained material such as sand, gravel or
clay containing no rocks or particles larger than
1-1/2". Back fill to the springline she11 be
compacted to at least 90% standard proctor before
placing backfill material above pipe.
Backfill will not be a separate pay item but will
I
I
[1
be considered as part of the bid price per foot
for pipe.
2-206 CLEAN-UP1 GRADING, AND SEEDING
' After completion of backfill, the area shall be
cleaned of all debris, rock, and excessive fill
material and then graded and raked to conform with
the surrounding terrain. After cleaning and
grading operations are completed, the disturbed
areas shall be seeded, fertilized, and watered by
the Contractor using a seed mixture approved by
the Engineer and/or Owner. The Contractor shall be
responsible for the maintenance of the seeded area
until a good stand of grass is established.
Clean-up, grading, and seeding will not be a
separate pay item but will be considered as part
of the bid price per foot for pipe.
2-207 ROAD AND RAILROAD CROSSING
Where allowed, open cut crossings may be used.
Open cut crossing shall be made in accordance with
the standard details. The entire depth and length
of open cut crossings shall be backfilled with
SB-2 placed in six inch lifts and compacted to 95%
Standard Proctor Density.
On railroads, state highways, and selected city
streets, crossings shall be made by boring in
accordance with the standard details.
The Contractor will be required to place a $250.00
performance bond with the City of Fayetteville for
each street crossing.
Open cut road and railroad crossing will be paid
for at the lump sum price bid for each crossing
and will be in addition to the price per foot bid
for the pipe. Bored road crossings will be paid
1 for at the unit price bid for "Highway Bore and
Case". Payment will be made for length of casing
laid as directed by the Engineer and will be in
Iaddition to the price per foot bid for the pipe.
I
I
I
Section 2-300: TESTING
2-301 TEST AND ACCEPTANCE
' Upon completion of the sewers, tests will be
conducted by the Contractor in the presence of the
Engineer to determine the acceptability of the
sewers. All defects in the sewers shall be
repaired to the satisfaction of the Engineer.
a. Lamping Each section of the sewer line
between manholes is required to be straight and
uniformly graded. Each section will be lamped by
the Engineer.
b. Exfiltration Test All newly laid pipe,
after backfill and before replacing pavement,
shall be subject to a watertightness test. The
equipment shall be provided and tests shall be
conducted by the Contractor in the presence of
the Engineer and a representative of the City.
The method of testing shall conform to ASTM
C828-80 test standard.
The method of testing is outlined below:
1. Plug all pipe outlets with suitable test
plugs. Brace each plug securely.
2. Pipe air supply to pipeline to be tested
so that air supply may be shut off, pressure
observed, and air pressure released from the
pipe without entering the manhole.
3. Add air slowly to portion of pipe under
test until test gauge reads at least 4 psig,
but less than 5 psig.
4. Shut air supply valve and allow at least
two minutes for internal pressure to
stabilize.
5. Determine time in seconds for pressure to
I. fall 1 psig so that pressure at the end of
time of the test is at least 2.5 psig.
6. Compare observed time with minimum
allowable times in the accompanying chart for
1 pass/fail determination.
7. Where groundwater level is above the crown
of the pipe being tested, test pressure
I. should be increased accordingly.
SAFETY PROVISIONS:
Plugs used to close the sewer pipe for the air
test must be securely braced to prevent the
unintentional release of a plug which can become
I
a high velocity projectile. Gauges, air piping
I manifolds, and valves shall be located at the
top of the ground. No one shall be permitted to
enter a manhole where a plugged pipe is under
pressure. Four pounds (gauge) air pressure
develops a force against the plug in a 12"
diameter pipe of approximately 450 pounds. Pipes
larger than 24" in diameter shall not be air
tested because of the difficulty of adequately
blocking the plugs.
IC. Mandrel Test All PVC gravity sewer pipe
which is constructed at minimum grade, and other
lines as directed by the Engineer, shall be
mandrel tested in accordance with these
specifications prior to acceptance. The maximum
allowable pipe deflection shall not exceed five
I. (5) percent of the inside pipe diameter.
The mandrel (go/no-go) device shall be
cylindrical in shape and constructed with either
9 or 16 evenly spaced arms or prongs. The
contact length of the mandrel's arms shall equal
or exceed the nominal diameter of the pipe to be
' tested. Critical mandrel dimensions shall carry
a tolerance of plus or minus 0.01 inch.
The outside diameter of the mandrel shall
be set according to the following table:
MON. PIPE DIA. (IN.) MANDREL O.D. (IN.)
6 5.62
8 7.52
' 10 9.41
• 12 11.19
15 13.71
1 The mandrel shall be provided by and
hand -pulled by the Contractor through the PVC
• gravity lines no earlier than 30 days after the
trench has been completely backfilled. Any
sections not passing this test shall be
uncovered and. the Contractor shall re -bed,
re -round or replace the sewer to the
satisfaction of the Engineer. Any repaired
section shall be re -tested.
Exfiltration testing will not be a separate pay
item but will be considered as part of the bid
price per foot of pipe. Payment for mandrel
testing will be at the unit price bid per linear
foot for "Mandrel Testing of Gravity Sewer".
Payment will be made only for those lines which
I
I
are mandrel tested and meet the test requirements.
No payment will be made for failed tests.
After acceptance by the City for maintenance and
use, the Contractor will be liable for a period of
one year from the date of acceptance for any
defects that occur due to installation or
material.
[i
I
I
I
I
Ii
I
I
I
I
LI
I
It
I
I
Ii
I
C
C
I
I
I
I
1
F
I
I
Rick J. Tanneberger
CERTIFIED PUBLIC ACCOUNTANT
A PROFESSIONAL ASSOCIATION
Member of
American Institute of Certified Public Accountants
Member of
Arkansas Society of Certified Public Accountants
Independent Auditor's Report
To the Board of Commissioners
Wedington Drive Sewer Improvement District No. 1
We have audited the accompanying balance sheets of Wedington Drive Sewer Improvement District
No. I of Fayetteville, Arkansas Not -for -Profit Organization, asof December 31, 2004 and 2003, and
the related statements of operations, fund equity and cash flows for the years then ended. These
financial statements are the responsibility of the District's Trustee. Our responsibility is to express
an opinion on these financial statements based on our audit.
We conducted our audit in accordance with auditing standards generally accepted in the United
States of America. These standards require that we plan and perform the audit to obtain reasonable
assurance about whether the financial statements are free of material misstatement. An audit
includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial
statements. An audit also includes assessing the accounting principles used and significant estimates
made by management, as well as evaluating the overall financial statement presentation. We believe
that our audit provides a reasonable basis for our opinion.
In our opinion, the financial statements referred to above present fairly, in all material respects, the
financial position of Wedington Drive Sewer Improvement District No. I of Fayetteville, Arkansas
Not -for -Profit Organization, as of December 31, 2004 and 2003, and the results of its operations and
its cash flows for the years then ended in conformity with accounting principles generally accepted
in the United States of America.
October 31, 2005
Rick J. Tanneberger, CPA, P.A.
F CEIVED
N O V 022095
Ur rAYETTEVILLE
'JERKS OFFICE
.1
2949 Point Circle, Suite 2, Fayetteville, AR 72704
Phone: (479) 521-8034
Fax: (479) 521-9224
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT NO.1
OF FAYETTEVILLE, ARKANSAS
COMPARATIVE BALANCE SHEET
DECEMBER 31, 2004 AND 2003
2004 2003
ASSETS
Current Assets
Cash in Bank
$ 12,857.57
$ 14,901.14
Delinquent taxes receivable (Note 2)
23,210.82
34,231.86
Receivable due from -County
704.85
341.07
Total Current Assets
36,773.24
49,474.07
Permanent Assets
Sewer project addition (Note 3)
781,825.96
811 896.20
Total Assets
$ 818,599.20
$ 861.370.27
LIABILITIES AND FUND EQUITY
Current Liabilities
Payables
$ 2,000.00
$ 9,428.61
Accrued interest payable (Note 5)
-0-
196.87
Total Current Liabilities
2,000.00
9,625.48
Long -Term Liabilities
Long-term Debt, net of current maturities
-0-
30,000.00
Total Liabilities
2,000.00
39,625.48
Fund Equity
Restricted city contributions
780,000.00
780,000.00
Cumulative excess of revenues over expenses
36 599.20
41,744.79
Total Fund Equity
816,599.20
821,744.79
Total Liabilities and Fund Equity
S 818.599.20
$ 861.370.27
The accompanying notes are an integral part of the statements.
-2-
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT NO. 1
OF FAYETTEVILLE, ARKANSAS
COMPARATIVE STATEMENTS OF OPERATIONS
FOR THE YEARS ENDED DECEMBER 31, 2004 AND 2003
2004 2003
REVENUES
Tax assessment revenues
Delinquent assessments
Interest earned
Total Revenues
EXPENSES
$ -0- $ 76,777.91
33,869.51 1,004.24
136.86 981.50
$ 34,006.37 $ 78,763.65
Bond interest incurred
$ 1,260.00
$ 11,615.62
Legal & professional fees
3,247.50
7,300.00
Collector/assessor fees
454.22
2,603.44
Trustee fees
2,000.00
2,000.00
Audit fees
2,080.00
1,980.00
Lock box rental
40.00
40.00
Depreciation
30,070.24
30,070.24
Total Expenses
Total
39.151.96 55 609.30
<$ 5A45.59> $ 23.154.35
The accompanying notes are an integral part of the statements.
-3-
WEDINGTON DRIVE SEWER IMPROVMENT DISTRICT NO, 1
OF FAYETTEVILLE, ARKANSAS
COMPARATIVE STATEMENT OF FUND EQUITY
FOR THE YEARS ENDED DECEMBER 31, 2004 AND 2003
Balance,
December 31, 2002 $ 798,590.44
Excess Revenues over Expenses 23,154.35
Balance,
December 31, 2003 $ 821,744.79
Excess Expenses over Revenues < 5.145.59>
Balance,
December 31, 2004 $ 816399.20
The accompanying notes are an integral part of the statements.
-4-
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT NO. I
OF FAYETTEVILLE, ARKANSAS
COMPARATIVE STATEMENT OF CASH FLOWS
FOR THE YEARS ENDED DECEMBER 31, 2004 AND 2003
2004
2003
Cash flows from operating activities:
Excess revenues over disbursements
<S 5,145.59>
$ 23,154.35
Adjustments to reconcile net income to net cash
provided by operating activities:
<Increase> Decrease in delinquent receivable
11,021.04
< 2,104.19>
<Increase> Decrease in due from county
< 363.78>
8,524.44
Increase <Decrease> in accounts payable
< 7,428.61>
7,287.50
<Decrease> in accrued interest payable
< 196.87>
< 984.38>
Decrease in sewer project basis (depreciation)
30,070.24
30,070.24
Net cash provided by operating activities
27,956.43
65,947.96
Cash flows from financing activities:
Retirement of bonds < 30.000.00> < 150,000.00>
Net cash <used> by financing activities < 30,000.00> < 150,000.00>
Net increase <decrease> in cash and certificates of deposit < 2,043.57> < 84,052.04>
Cash at beginning of year 14,901.14 98,953.18
Cash and certificates of deposit at end of year S 12.857.57 14 901.14
Supplemental disclosures:
Cash paid during year for interest 1.456.87 12.60000
The accompanying notes are an integral part of the statements.
-5-
P
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT NO.!
OF FAYETTEVILLE, ARKANSAS
1 NOTES TO COMPARATIVE FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
' Note 1: General
District's Activities
The district is engaged in providing sewer service to those members within the
' district. The district contracted the installation of sewer lines and stations in 1987 and
1988. The City of Fayetteville participated by providing grant money for partial
payment. The district financed the balance with a $625,000 bond issue through A.G.
Edwards & Co.
Note 2: Summary of Significant Accounting Policies
a) Basis of Accounting
The financial statements have been prepared on an accrual basis of accounting. Under
this method of accounting, transactions are recorded when revenue is earned and as
expenses are incurred. This method of matching of revenues with expenses is in
accordance with generally accepted accounting principles.
' b) Cash and Cash Equivalents
For purposes of the statement of cash flows, the entity classifies cash on hand, as
' checking accounts and U.S. Treasury bills as cash and cash equivalents.
c) Sewer Project Addition
The total cost of the sewer project was capitalized.
Pd) Revenue and Disbursement Recognition
Revenues from yearly tax receipts are recognized in the year the revenues are due to
' be paid.
e) Income Tax
' The District is not required to file or pay federal or state income tax.
f) Management Activities
The trust department of the Bank of Fayetteville, Fayetteville, Arkansas is acting as
financial manager and also provides financial accounting.
I
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT NO.1
OF FAYETTEVILLE, ARKANSAS
NOTES TO COMPARATIVE FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
1
Note 2: Summary of Significant Accounting Policies (Continued)
' g) Use of Estimates
' The preparation of financial statements in conformity with generally accepted
accounting principles requires management to make estimates and assumptions that
affect the reported amounts of assets and liabilities and disclosure of contingent assets
' and liabilities at the date of the financial statements and the reported amounts of
revenues and expenses during the reporting period. Actual revenues and expenses
could differ from those estimates.
'
' Note 3: Delinquent Taxes Receivables
Unpaid taxes over one year $23.21 2
Note 4: Sewer Project Plant
' The total cost of the sewer project was $1,202,809.32. Depreciation expense has been
charged to operations in 2004 and 2003 in the amount of $30,070.24 and $30,070.24
' respectively.
The useful life of the sewer project plant for purposes of computing depreciation is 40 years,
using the straight-line method.
' Note 5: Bonds Payable
All long-term bonds have been retired.
' Note 6: Accrued Interest Payable
Under the terms of the bond agreement, the semi-annual interest on the outstanding bonds
' are payable on December 1, and June 1. Therefore, interest from December 2nd through
December 3151 of 2004 and 2003 totals $ -0- and $196.87 respectively.
I
-7-
WEDINGTON DRIVE SEWER IMPROVEMENT DISTRICT NO. 1
OF FAYETTEVILLE, ARKANSAS
NOTES TO COMPARATIVE FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
Note 7: Collector/Assessor Fees
The collector's fee assessed by the county collector and withheld from monthly
distributions is as follows:
Current year fee S 454.22
Note 8: Fair Values of Financial Instruments
The District has a financial instrument of cash. The District estimates that the fair value of
all financial instruments at December 31, 2004 and December 31, 2003, does not differ
materially from the aggregate carrying values of its financial instruments recorded in the
accompanying balance sheet. The estimated fair value amounts have been determined by
the District using appropriate valuation methodologies. Considerable judgment is required
in interpreting data to develop estimates of fair value, and, accordingly, the estimates are not
necessarily indicative of the amounts that the District could realize in a current market
exchange.
Note 9: Concentrations of Credit Risk
Financial instruments that potentially subject the District to concentrations of credit risk
consist principally of cash investments. Cash balances are maintained at one financial
institution. Accounts at each institution are insured by the Federal Deposit Insurance
Corporation up to $100,000. At December 31, 2004, the District had no uninsured cash
balances.