Loading...
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.