Loading...
HomeMy WebLinkAbout120-80 RESOLUTIONIt RESOLUTION NO. /2 o- f0 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH DECCO CONSTRUCTION COMPANY TO RELOCATE A TWELVE INCH WATER LINE SOUTH OF GREENLAND. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Decco Construction Company for the relocation of a twelve inch water line south of Greenland at a contract price of $30,080.00. A copy of the contract authorized for execution hereby is hereto marked Exhibit "A" attached and made a part hereof. PASSED AND APPROVED this /Stn. day of 198Q. AT1'Z T: lrriric, .4.- • CIT:YCLERK • APPROVED 420,cgm\h9.v MAYOR T� MICROFILMED CERTIFICATE OIC RECORD State of Arkansas SS City of Fayetteville I, Bonnie Goering, City Clerk and Lt,; Officio recordor for the City of Fayetteville, do here- by certify that the annexed I cr f: spoiar is of record in my office and the 5= 3 ap- pears in Ordinance C Resolution book Xi tnitr Y , . bntness lily hand and seal this-- ah_ .' day of }/2 "� nt`f WI/ J __'e�CLs� ttwi p City Clerk and Ex Officio .corder o O O 7 6 STOPS of ARRO^S 0 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON HE CERTIFICATE THIS CERTIFICATE DOESIIIOT AMENDNEXTEND O TALTERITHE COVERAGEtAFFOROED BY THETPOLICIES LISTED?BELOW. NAME AND ADDRESS OF AGENCY` - McNair &Associates P.0.819 Fayetteville, AR 72701 COMPANIES AFFORDING COVERAGES HOLDER. COMPANY A LETTER COMPANY B LETTER Maryland Casualty NAME AND ADDRESS OF INSURED Decco Cointrattors Inc. P.O. 58o Rogers, AR COMPANY ■ LETTER V COMPANY D LETTER COMPANY E LETTER This is to certify that policies of insurance lis ed below have been issued to the insured named above and are in force at this time. of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded terms, exclusions and conditions of such policies. Notwithstanding any requirement, term or condition by the policies described herein is subject to all the COMPANY LETTER TYPE OF INSURANCE P-0LICY NUMBER -.. _- POLICY EXPIRATION DATE Limits of LIabitI in Thousands ds (000) EACHL. OCCURRENCE -AGGREGATE A II GENERAL LIABILITY LRS COMPREHENSIVE FORM ® PREMISES -OPERATIONS ❑ EXPLOSION AND COLLAPSE HAZARD LjQ UNDERGROUND HAZARD PRODUCTS/COMPLETED [3 ll�JJ OPERATIONS HAZARD CONTRACTUAL INSURANCE BROAD FORM PROPERTY DAMAGE ❑ INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY CB 38117819 1-16-8 1 BODILY INJURY PROPERTY DAMAGE '500 `100 500 '100 BODILY INJURY AND PROPERTY DAMAGE COMBINED $ $ PERSONAL INJURY S A AUTOMOBILE LIABILITY 12 121 COMPREHENSIVE FORM OWNED ❑'yy((HIRED NON -OWNED CAM 51622269 1-16-82 BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) $500 $ PROPERTY DAMAGE f BODILY INJURY AND PROPERTY DAMAGE $ A E] EXCESS LIABILITY UMBRELLA FORM ❑ OTHER THAN UMBRELLA FORM UB07987644 t -16-81 V O 1 PROILY INJURY AND PROPERTYOHMAGE COMBINED $ 1 000s ) 1 00 J WORKERS' COMPENSATION and EMPLOYERS' LIABILITY TCI 20474656 1-16-8 STATUTO 100 (EACH ACCIDENT) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Cancellation: Should any of the above des r'bed policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail _Lb days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: Sid Noorbakhsh City of Fayetteville P.O. Drawer )?F" Fayetteville,- AR 72701 ACORD 25 (1.79) DATE ISSUED 19-80 (t' r_ _....... 7'. AUTHORIZED REPRESENTATIVE Fidelity and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE. MD. 21203 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND we, Decco Contractors, Inc. as Principal, hereinafter called Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, as Surety, hereinafter called Surety, are held and firmly bound unto The City of Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of Thirty thousand and Eighty Dollars ($ 30, 080.00 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, suc- cessors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for furnishing all labor, tools materials and equipment and performing all work necessary for construction of West Fork - Greenland 12 inch Water Relocation, Work Order i18-2658 per plans and specifications of the City of Fayetteville,AR. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall he null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbear- ance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties; or either or any of them, theirheirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this C5134(AR)-1500.4.79 207730 19th day of December Decco Contractors By / ve Covington, P- sident FIDELITY AND DEPOSIT COMPANY 0 MARYLAND I. _ , Surety s�'u�'r1A le 19 80 %t. Principal ..>..4a. VP -a' s/ . --v" r - - 0_ =- 2 fttfrI:vdy� r. ;\ f • • A. • ▪ • McNair, Attorney-in-fact r. Power of Attorney rr FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: BALTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognisances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ments which the business of the Company may require, and to affix thesealof the Company thereto." does hereby nominate, constitute and appoint John A. McNair and Mark McNair, both of Fayetteville, Arkansas, EACH ue an. aw uI agent and Attorney -in -Fact, to make,'execiite, seal and deliver, for, and on its behalf as surety, and as its act and deed• shy and all bonds and undertakings, each in a penalty not to exceed the sum of ONE HUNDRED THOUSAND DOLLARS ($100,000) e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. 114 WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this nth day of January. , A.D. 1928.... .� at.ap�o pffi s e FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTEST: n () p n M5 to ` �e'�' LtAli By l:lacelit STATE OF MARYLAND 1 as: CITY OF BALTIMORE J On this l2th day of January , A.D. 19 78before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personallyknown to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. Assistant Secretary Vice -President " F : OTARY' N i OQ Notary Public Commission Expires.1A].y-..1.,...1978 ts1- ......• `.dip: ,,one c,, CERTIFICATE 1, the undersigned. Assistant �'ecretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents spe- cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND ata meeting duly called and held on the 16th day of July, 1969. - RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19th day of December 19 80 :• Eon os %Pr PUBOC,."4e L1419—C1f. 204728 Assistant Se • etary fidelity and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Decco Contractors, Inc. , as Principal, (hereinafter called the "Principal"), and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto The City of Fayetteville, Arkansas as Obligee, (hereinafter called the "Obligee"), in the sum of Five percent .(5%) of Amount Bid Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for.furnishing..all..labor.,_..t.ol.s,..wateriala and equipment and performing all work necessary for construction of West Fork - Greenland 12 inch Water Relocation, Work Order 1{8-2658 per plans and specifications of the City of Fayetteville, Arkansas. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal•'- ,,, shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified,`in'said'. ;`.�+� bid and such larger amount for which the Obligee may in good faith contract with another party to,perform _� t the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rdday of Deo ember `A.D. 19:8.0'_. • -- Witness Decco Contractors, Inc. •�'--�(SEAL) :� �.� Principal oy,wGeneral FIDELITY AND DEPOSIT COMPANY Witness C325d-130M. Approved by The American Institute of Architects. A.I.A. Document No. A310 February 1970 Edition. B L McNair, Attorney-inradt eriaten Tat'° Vis- OF MARYLANO..- Surety.::. =`• \PEA. 7(SEAL) _aC.-.. HOMEOFFICE: BALTIMORE, MD. 21203 r i 01. AO :11VHHH NO s ON • PLEASE READ YOUR BOND 4 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE BALTIMORE. MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by S. R. MINSI R , Vice -President, and V. F. TOOMEY Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: SEC. 2. The President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially author- ized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secre- tary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees mortgages and instruments'in the nature of mortgages, and also all other instruments and documents which the business of the Com- pany may require; and to affix the seal of the Company thereto. does hereby nominate, constitute and appoint Ernest H. Geurin, John A. McNair and Mark McNair, all of Fayetteville, Arkansas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as- surety, ssurety, and as its act and deed: any and all bonds and undertakings, each in a penalty not to exceed the sum of ONE HUNDRED THOUSAND DOLLARS ($100,000) n e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged. by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes those issued on behalf of Ernest H. Geurin, dated April 3, 1978 and on behalf of John A. McNair and Mark McNair, dated January 12, 1978, 1 The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of. said Company, and is now in force. IN -WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed theii\ilames and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this. ;'' `19th day of April. , A.D. 19_.79--- '` yATTEST 12 /`7 By STATEOF•MARYLAND CIPS •o? BALTIMORE " A J SS' 'On this 1 9th'�day of April , A.D. 19 79 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the ind'viduals and officers described. in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporationy.--„n..,, IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the Cit) of Baltimore, the'day and Year - first above written. J No.:ry Put is Commission xpitegl y..31',...1982--- ":14. CERTIFICATE . r. .�� I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby Certify, that the o ginal Power of Attorney of which the foregoing is a full, true and correct copy, 's in full force and effect on the date of this; ertificate;`and 3.;::4 do further certify that the Vice -President who executed the said Power of Attorney was one of the additional' Vice -Presidents spe-y` cially authorized by the Board of Directors to appoint any Attorney -in Fact as provided in Article VI, Section 2 ofrehe,By-LLaws-61 the FIDELITY AND DEPOSIT COMPANY OF MARYLAND...�.-"� This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPosrr COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.” IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this - 3rd day of December ' 80 FIDELITY AND DEPOSIT COMPANY OF MARYLAND A ssistant Se retary 4/ce-Fre dent 1 ciA Vice -President ♦4 L1428Ctf.-1M. 2 79 207420 Assistant Secretary FAYETTEV�LLE, ARKANSAS CITY ENGINEER'S OFFICE P.O. DRAWER F November 20, 1980 72701 (501)521-7700 Re: W.O. 2658, Westfork - Greenland 12" Water Relocation (White River Crossing) Dear Contaractor: Due to impending bridge construction, the contractor to whom this bid is awarded will be expected to begin construction on the above referenced project by January 1, 1981 (expected date for awarding the bid is December 17, 1980). SN/dr Respectfully, Sid Noorbakhsh Assistant City Engineer .SPECIFICATIONS FOR WEST FORK - GREENLAND (WHITE RIVER CROSSING) 12" Water Line Relocation WORK ORDER if 8-2658 November 17, 1980 CITY OF. FAYETTEVILLE FAYETTEVILLE, ARKANSAS CITY ENGINEERS' OFFICE v • • INDEX ADVERTISEMENT FOR BIDS BID BOND PROPCSAL FOR SCHEDULE I ARKANSAS PERFORMANCE AND PAYMENT BOND CONTRACT AGREEMENT INSTRUCTIONS TO BIDDERS GENERAL, CONDITIONS OF THE SPECI?ICATIONS DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS PAGE 1 2 4 7 10 12 16 DS -1 DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS , , D3-3 DETAILED SPECIFICATIONS PART III MATERIALS DS -14 ADVERTISDIENT FOR BIDS Project No. Work Ordor 8-2658 City of Fayetteville (Oars) Separate sealed bids for West Crossing) - 12" (dater Line Relocati ?V ckey at the office of Purchasing December 3, 1980, and then at said aloud. Fork -Greenland (White River on will be received by Sturman until 10:00 o'clock A.M.(C.S.T.) office publicly opened and read The Inforrmaticn for Bidders, Fonn of Bid, Form of Contract, Plans, Specification, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: City Engineer's Office City ±ninistraticn Buildin Mountain Street, Fayetteville, Arkansas Copies may be obtained at the sane office. The O.ner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Information for Bidders. No bidder may withdraw his bid within 30 days after the actual date of the opening thereof. 1/- (Date) skb L9t c. 72/7("1.-C. /4: (Purchasing Officer) • BID BOND .C:C'r: ALL :1_,1 BY THESE. PP.ESE`iTS, r1 we, the undersigned, as 2rincii:ai, and as Surety, are hereby held and firmly bound unto as p'::ner inb penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this 19 day of The condition of the above obligation is such that whereas the Principal has submitted to a certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the NOW THEREFOR, (a) If said Bid shall be rejected, or in the alternate. ('b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of the obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. • IN ''ITNESS WHEREOF, the Principal and the Surety have hereunto set _..air hands and seals, and such of them as are corpoiat_ons 03usec. _heir corporate seals to be hereto affixed and these uresents to be signed by their proper officers, the day and year first set forth above. SE:A?. Principal Surety BY: 3 Proposal of a corporation*�,Jororganized and existing under the laws of the State of Czi, and qualified to do business in the State of Arkansas; a Partnership* consisting of PROPOSAL FOR SCHEDULE I (A UNIT PRICE CONTRACT) Place Date G 3 /p11) an Individual* trading as TO THE CITY OF FAYETTEVILLE, ARKANSAS: The bidder in compliance with your invitation for bids for the construction of WEST FORK - GREENLAND ( WHITE RIVER CROSSING) 12" Water Line Relocation having examined • the Plans and Specifications with related documents and the site of the pro- posed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct the project in accordance with the Contract Documents, and at the unit prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Word Order" of the Engineer, and to fully complete the project within 20 consecutive calendar days. Bidder acknowledges receipt of the following addenda: Fill out applicable blank 4 A IL ITEM NO. ESTIMATED QUANTITY AND DESCRIPTION UNIT** PRICE TOTAL 1) 800 L.F. 12" D.I.P. Class 51 /l✓bed0. -l� t .O0AhARs'/45v0 5064, 2) 6 Ea 12" Gate Valve with Box Dollars s i✓� L,vFs s20, 600. oa .JEuE.0, woo/Fro-too', Octiitts ANO 3) 6 C.Y. Class "B" Concrete Encasement Dollars s7•Yo, C&zrs vC J/o /, t %?s ,4 D ND avis Dollars $ 90, 0° 4) L.S. Detach & Salvage approximately 400 L.F. of 12" D.I.P. (Locking Joint) presently attached to the ��bridge e Ft g / f/O (isA,vo fJo 4 C A,PS 1.9-00 Na Ce/'7T 5) 50 Tons SB -2 / rea d'o Ah,Q's fi^'D No Cc... Ts Dollars o�. $ j DUO, 0 Dollars DD $ /D1 $ 6‘94 °° NN TOTALJJq Q9'o, D4 NOTE: Fittings, bedding SB -2, and solid rock excavation shall all be included in the unit price of pipe. **Unit prices to be shown in words and figures. In case of discrepancy amount shown in words will govern. F The .-:bona :nit prices shall incluse all labor, materials, baili _..ori-„ cv rneaJ, _profit, insurance, \e.. , tc cover ti•:e finished ..c the several kinds called for. BitEder understands that the Owner reserves the right _ any or all bids a..d to :•:aive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not he withdrawn for a period of Sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph 8 of the General Conditions. The bid security attached in the sum of . % e f' /MOtln/? 5/0 is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. 3 ttraY' P`, . r M' • SEAL - if bid is by a corporation Respectfully Submitted: goy no 9(o gfe-es, ,4c (Business Address and Zip Code) 6 s ARKANSAS PERFORMANCE AND PAYMENT (BOND (14-604 Arkansas Statutes) J'4 iiLL '_.•I BY THESE PRLSr.DiTS: That we (1) l-1 _ , !ereinafter called "Princi gal" and (3) of , State of firm.; bound unto (4) heroin a=,._,_ called the "Surety", are held and , hereinafter called "Owner" in the cenal sum of dollars ($ in lawful money of the United States, for the payment of which sun well and truly to be made, said principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. ...� CONDIT:ON OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day Of , 19 a copy of which is attached and made a mart hereof for the construction of: UO`), THERECFRE,if the Principal shall well, truly and faithfully Perform its duties, all the undertakings, covenants, terms, conditions, and agree- ment of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing material for or performing lihor in the prosecution of the work provided for in such contract, any any authorized extension or modification thereof, all amounts due for, but not limited to, materials, lubricants, oil, gasoline, coal and coke, . repair on machinery, equipment and tools consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of, or in connection with, the wages earned by workmen coverrad by the bond; and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. 7 • • The Surety acrees the pri::ci :)a1 determined by Lal -ore which.-nver -.ont . _ t . of PROVIDED the terns of this bond not less than the _revai Arkansas Department of creator, to .1.1- -'uRTc_0, stipulates and or addit_,.n that the said Sure .--r."eas that no Change, terms of the contract • 4 shall cover the payment by Lin_ hourly rite of wages as Labor or U. S. Secretary o` _.. cerforminc, :•,ork under the for value received, hereby _.,tension of time, alternation, or to the 'Rork to be ___c_..._,. acoo-.-.an_ tng the same, shall does hereby waive thereunder of s_e_' - . ;. _ions affect its obli_ __on en this bond, an,: _t notice such chance, extension of time, alteration or addition to the terms of contract as to t.._ work or to the szeciricazions. PROVIDED FURTHER, that no final settlement between the Owner and the contractor shah abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WIT. SSS '.•iri `O_ this instrument is each o_ which sail be deemed an original, this 19 . ATTEST: 1.. in six (6) counter_ar`s, day of (PRD:CI_ AL) BY SECRETARY (PRINC_P.kL) (^1ITL:.) (SEAL) WITI=S AS TO PR. (ADDRES E ) CIPAL (SURETY) ADDRESS ATTEST: SECRET RY (SURETY) (SEAL) ESS AS TO AT_0 .wine' -Iii -FACT ADDRESS BY ATTO1-u,E'a-Ii1-r ACT ADDRESS 0 ..t_ of Sond ct be prior to date of Contract. (1) Correct name of Contractor (2) A Corporation, a Partnership, or an individual, as case may be (3) Corrnr name or Surety (1) Correct name of Owner (5) if Contractor is Partnership, all partners shall execute bond (u). This bond must be filed with the Circuit Court of the County where the work is to be performed, prior to the start of const- ruction (7) ;lust be executed. by Arkansas Local Resident Agency for Surety 9 1. c+73 da., coir E\CT AGREEMENT s -Contract and A eC� egrosent=ti':e, ;reemcnt, made an 1080, by anc the Fi�.q t� Part, and C[JCCCO d entered into this 1 between the Ci._, of acting through Second That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, to be furnished and to const_u t -the �P. /��/� haler R=eed• ,7 materials, and supplies required improvements designated as A/1;4- for /1;4- for the City of Fayetteville, Arkansas, in exact accordance with the Plans on file at the office of t.... Part. of the First Part, and Specifications, Propo=sals, Stipulations, and Special P_c._eions aLLa•_:ped hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire satisfaction of the Party of the First Part and in accordance with the of the State of Arkansas. • 2. It is further agreed and understood by and between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accent as full and final compensation for all done under this agreement, the unit prices named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified, he shall pay to the Party of the First as liruidated damages, ascertained and agreed, and not in the. of a penalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final ;amount to be paid under the contract, provided that extensions of time with waiver of liquidated damages may be granted as provided for in Part, .:a`u Specifications. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as _squired by the laws of the State of Arkansas, and for not less than cn.e hundred (100) percent of the amount of this contract. Said Bond shall be conditioned on full and complete performance of this Contract and acceptance bv the Water and Sewer Department for the payment of all labor and materials entering into or incident to the proposed impro\sements shall guarantee the work against faulty workmanship or materials for a period of one (1) .Aar after completion. The Surety on said Bond shall 10 S. be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Aransas. - The Tl. Parts' of the Second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and workmen's Compensation Insurance in amounts as required by these Specifications. „S- :il...:_n:, OUR HANDS THIS 3 Dom.? OF '?8(' SEAL (if any) CITY OF FAYET_T_VILLE FAYETTr"r vim c __Is., , n..h,V AS By SJ CX Lil O., WITNESS: Affix Corporate Seal here (if any) c2eC49 d'11 x, ,,, fl!"'' 'aCTOR Fuit I0 e' Box 6≥?'O Ro5E 5 , An 70? 7SlP BUSINESS ADDRESS i 11 .L I'L,, RUCTIONS TO BIDD RS 1. QUALIFICATICTS OF CONTRACTORS: Be fora suhn1.tt.Lng a bid, bidders must he Licensed un(½r the teria5 c - I' of the x•11 - `_ the .r:. .r.. Cenral ..1 -..A '',cam .�) A- .» Acts of �I__ �._..ai:Jas ��... _�.i .._.,._-:,_, ._.._ 3lICC a.,tU! bidder__ must .. be lv'gdliV Clla tlif. i2d in all YCSiJ^C t5 to ::^i business in bird State of Arkansas. When called upon to do so after receipt of Proposals, bider ,--ail :]recare a Financial Statement, Experience Record, and Ecui':rern Schedule. These statements shall reflect the cur enr `at t spapus o: _hei; ic:der T_.'.'_` St.a ements of each bidder must show net liquid assets or credit facilities in an amount of not less than fifteen (15) percent of the total amount bid. Each bidder must ha -e had at least three (3) year's experience in construction of similar improvements and must have successfully cempieted at least three (3) such projects. Each bidder must have equipment available which, in the opinion of the Engineer, 1S ado Clla to to complete the ;iO r�: G'.dcr these Specifications in the time allowed for completion. Should any bids be received from bidders whose statement, when filed, fail to show that the bidder's Cualific_ations meet the minimum requirements above -enumerated, such bids may be -rejected. '. LOCAL CONDITIONS: Bidders shall read the Specifications, examine the Plans, and make their own estimates of the existing facilities and the difficulties which will attend the execution of the work called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications or from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPOSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check:, drawn on a National Bank or a bank having membership in the Federal Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal guarantee shall be in an amount not less than five (5) percent of the bid and made payable to the Contracting Authority to whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or other bid qualifications, shall be sealed in a separate envelope firmly attached to the outside of the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed Proposal shall be returned to the bidder unopened. Authority The amount of any check or bond as liquidated damages in case the shall be retained by bidder neglects or refuses the Contracting to enter into a contract and to furnish the required contract bond within ten (1O) days after the _prescribed contract and bond forms are presented for sicnatu_re. 12 Chock's of unsuccc;sfui bidders will he returred imlimeciat•,ll/ ait.•r . 1 a contract has teen executed. PSOiOSALS: 'a 1 i Jiili Jal .] sh l t be .. ova:_ l" in accord the c.-i' .x O:: Cis, i:uriii nQ:: :.'1 t.i t!_' Specifications- eL?;% mOdi.icacions or deviations therefrom may be considered sufficient cause for rejection. (b) The bidder shall state an words and f10ur3s tn.o 1'.`, aD su::1 a:. ...it `r. cs for which he crcoss to •,io each 1L""'. of 'GOY:'. CC/c_• C: •'..:. _ ?rc :osal. n •J caswords and iicures do not agree, the 'lords sna1t7vor. and tha figures shall be disregarded. (c) It is to be understood that the luap sun required in the Pro:osal is for the furnishing of all materials required to be furnished and the doing of all work rec'uired under these Contract Documents, including items for which no quantities are given, and the quantities given in the "LjSt of Variable Quantities" at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjust-:ent of the "Basic Bid" by reason of variation of actual variable quantitieS from the quantities given in the "List of Variable Quantities". In case unit prices are not recuired, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials r i n to be G ma�-_ials ecu_red f'lrnlshed a^q the doing of all work required under these Contract Documents. (d) Proposals may be submitted for any or all Schedules, if more than one Schedule is included in the work, but bidders submitting a proposal for a "construction" Schedule must submit a proposal for any other Schedule of work incident thereto, such as "Electrical" and "Plumbing". Where a bidder bids on more than one Schedule and desires to accept the proposal, but any reservation on the part of the bidder to make a decision on what Schedules lie will accept after bids are opened will render the bid null and void. (e) Proposals must be signed, in writing, by an individual aut`:oriced to bind the bidder. (f) Proposals must be submitted complete, with all other Contract Documents in their original binding as furnished by the Engineer. They .rust be submitted at the place and on or before the time specified in the Advertisement for Bids. (g) Proposals must be submitted in sealed envelopes addressed to the Contracting authority, and clearly marked on the outside of the envelope, "Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractor's license number must be mar}:ed on the envelope. (h) The Contracting Authority will not consider bids covering only a portion of these Specifications. - 13 (i) The Unbalancing of bids :'rill not be tolerated. Evidencc of (':3C )_-i:l unbalancing will be considered cause for rejection. ,--7 '..-i-r.v r,r. --r.., No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for o ceninc. SID co..T...CT BONDS, AND Attention of bidders is called to Act O-' of the 1?35 =Cts of t^re Arkansas General Asserbl , which reculr't5 •`.}":.a all bid bonds, _-r=0r^aPC2 bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance uSt l:2 secured through resident agents of A ransas. 7. CLARIFICATION OF CONTRACT DOCii?=_dT5 : If anv person contemplating submitting a bid for the crccosed contract is in doubt as to the true meaning of anv part of the Plans, Soecifications, or other proposed Contract Documents, he may Submit to the •— ---r 3 :'_ :rltten recuest for any lnterGretaLOn thereof. T:`.e CcrsOn su`:titting the request will be responsible for its prompt delivery. Any interpretation of the proposed Documents will be made only by an Addendum du__: issued, and a copy of such Addendum will be mailed to each person who has :r^_viously secured or who subsequently secures a set of D'oc .:.-tents. The Concr'cti-c Authority will not be responsible for any other explanations or interpretations of the proposed Documents. J. ELUTION OF CONTRACT DOCUtiENTS: Following the award and within ten (10) days, provided for in the ?rcrosal, the successful bidder shall properly execute five (5) counterparts of the Contract Documents. 9. 6\SIS OF ?t1'JAPD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case o[ more than one Schedule of Work) Submitting the loosest and best bid (or co:rhination of bids) , considering the Contractor's experience and ability to do the work, and the character and quality of the eCL'1_:merit (:e :reposes to furnish. The Contracting Authority reserves the right to select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between • t.?rn3 Lives in the ?ropOsal. 14 .4J E:C 10. CEPTIONS TO INSTUCTIOENS TO BIDDERS: If this contract is less than $ 20,000.00 the folio:•;ing .....t:l a:r?lics: the Contract or is not reC L'l red to be licensed under tae terms of Act 150 or the 1965 Acts of the General Assembly. Ti::, 0? CO: PL''IOi AND LIQUID.,..c Dlr', Bidder must acj commence '.,or}. on or J^_foie be specified in a written "Notice to Proceed" of the owner and to full; complete the project within 20 consecutive calendar days thereafter. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials. (b) Insurance requirements. (c) Wage rates. (d) Special equipment which the Contractor must use on the job. 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to al.l work performed under this contract, the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. :1aintain at his office or other well known place at the job site, all articles necessary for giving first -aid to the injured, and shall make ntanding arrangements for the immediate removal to a hospital or a doctors care of persons (including employees), who may be injured on the jcb site. In :lo case shall employee's be permitted to work at a jeb site before tad employer has made a standing arrangement for the removal Ot injured pc rsons to a hospital or a doctors care. - • C i a GENEIThL CONDITIOclS OF THE SPECIFICATIONS 1. GESTERAL DESCRIPTION: The work embraced in these Contract Documents consists of the following: NEST FORK - GREENLAND (WHITE RIVER CROSSING) Water Line Relocation 2. DEFINITION OF TER24S: Wherever in these Documents the following terms are used, they are understood to have the following meanings: "O::NER" or "CONTRACTING AUTHORITY" shall mean the City of Fayetteville, Arkansas. "ENGINEERS" or "ENGINEER' shall meantheCity Engineer, Fayetteville, Arkansas, City Administration Building, 107 West Mountain Street (P.O. Drawer "F"), Fayetteville, Arkansas. "CONTRACTOR" shall mean the individual, partnership, or corporation that may have entered into the contract with the Contracting Authority to perform the work specified herein. "WORK" shall mean the furnishing of all necessary tools, labor; equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 3. LAWS AND REGULATIONS: All work shall be done in conformity with the laws of the State of Arkansas, and any subdivision thereof, municipal and local laws and ordinances, and all applicable federal statutes, laws or regulations. No convict labor shall be employed on this project. 4. CONTRACT DOCUMENTS: The "Advertisement for Bids", the the "Instructions to Bidders", the "General Specifications", and the "Plans", are each component parts to the agreements governing materials and ecuipment to be furnished. "Proposal", the "Bond" Conditions", the "Detailed and all of the Specifications the work to be done and the t 4 A The Contract Documents are complir::entarw, and !•that is called for by one shall be as bindin as '_L cal1'_O for by all. he t - t• g T• In te.^.iOn OL ..::'? :cc. :. tt. 1. i to i-..:Lc._ all `_:: o1 lam - e' r •'v�.. t _ _ r :..J1_, e. L1 .r IC:: gel-1a:.� _.': C bu__ Li_o o �.;. ' 1.-.. for _ .a ..r -er i c - described . .... .O_ ...._ _C_ _ t_..1L:..:. �.1... ./_ ... 'e :✓O r:.. �'ta �t.r:pl� or ::GS: 1 '::Ord:> :•;hick so 3pp1L'd have a :•;ell:;no':;.. Technical or Trade meaning snail be held to refer to such recognized meaning. The _o__c''.; i:ig coo ies of the executed Documents :dill he c. C CG.^.L tract .. One for the Contracting Authority, One for the successful Bidder, One for the Engineer, One for the Surety, One for filing with the Circuit Clerk in the County where the Work is to be performed. �•o!r^ 5. The Contractor shall, as soon as practicable after the signing of the Contract, submit to the E cineer, in writing, the names of any Sub- contractors he proposes for any part of the work. - The Engineer's approval must be secured, in writing, on all Sub- contracts before they are made and signed. The Contractor shalt be held fully responsible to the Contracting Authority and the Engineer for the acts and Omissions of his Subcontractors and of the persons directly or indirectly employed by his Subcontractors. Nothing contained in these Specifications or in the Contract Documents shall create any contractual relation between any Subcontractor and the Contracting Authority. 6. THE CONT?AC^_OR: It is understood and agreed that the Contractor has satisfied him- self as to the nature and location of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, t4:C: character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in an`/ /a'i affect the work under this Contract. No Verbal agreement or conversation with any officer, agent, or employee OL the Contracting Authority or Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 17 . l 1 . Tam _:7 ,I:':�E 5: The Contracting Authority contemulateS and the Contractor s1ia11 ._.\. ..1\...e ::Oa n.1'J ll. a t..0_vu.l.a inspection by the [: r1;71.: UJer 0- all :.'n Yt: _ l ^ar the Contract r.e (Pe The t 1 is Y .11• ♦ :.t ...__.._,.q -.1_ —..-..: 3ii�. is UiL..__ \.i.:. C'cLl_.1t5. 1..,_ a_O:: __.,�O_ shall cerforn the work to the Satisfaction of the Engineer. No work shall :be :erLorme by the Contractor without the knowledge and approval of the Engineer. \? 1_cntractor shall, be an "independent contractor" .. l.,:h ff11 ..tlLL a'1 i:.horit:' to selectthe means, methods and manner of performing `_..^.e i-'.<, being res Dons able t0 the Contracting Authority for all materials delivered and the results contracted for. The authority of any represen- tative of the Contracting Authority of the Engineer is limited to such ceteninations concerning theinterpretation and performance of the Contract Docu::ents. The failure of an):' representative of the Contracting Authority or O. the Enci eer tC COndeTSL or reject work or materials, or other:ilse to exercise any -unction entrusted to him, shall not excuse the Contractor from the faithful performance of this Contract, nor shall such action imply acce7t=ce by the Contracting Authority or by the Engineer of faulty ;work or materials. The Enc2"eer shall, within a reasonable time after presentation, make decisions in writing on claims arising between the Contracting Authority and the Contractor and shall make interpretations of plans and seci_fications. \°.. BOND: Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the amount of ninety-five (95) percent of the contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and obligations arising from the execution and performance of the Contract, and guaranteeing the work against faulty workmanship and materils during construction and for one year after completion, all provisions of the .,cr.d to be complete and in full accordance with the statutory require- mcnts. The bond shall be executed with the proper Sureties through a company licensed and qualified to operate in the State and approved by the Con- tracting Authority. If at any time during the continuance of the Contract' the Surety on the Contractor's bond becomes irresponsible, the Contracting : uc:cri'L shallhave the right to require additional sufficient Sureties •.high the Contractor shall furnish to the satisfaction of the Contracting Authority withinten(10) days after the notice to do so. In default, thereof, the Contract may be suspended), and all payments or money due the Contractor •. it(hheld. The '-end must be fined with the Circuit Clerk of the County in which the stork is to be perfo.r-led before any work under the Contract is •.erforr..cd. ii font of this bond is attached hereto and made a part of these .i :: i?C' °-Cations. is a/ �a9a T.1 Sti RANCE. Tire Contractor CI). maintain such insurance as will rC tect ;:'_m _ ___._ C1.'. _,:f15 17;10:1`_" ::Or:7�:115 r' :'., _ L. acts and ,., `^ ,.aLiO❑ .Joie:` c:.t plc - .. :71 ,:..J. �.. .!.::vIJ ZO1 races:a ras ) cJuSe of bodilybodilyinjuiy, incl.i�1 .`.:.i:(,e.�l...'//'-11 :' . . V-�..:::% _or \.u:•.lal:es to re�..ea L: which may arise out of 1leratiJns r _ o \l she '•:o`'}:, .:nether such operations be by himself or by any subcontractor or anv- one direct!': or indirecti_•: emglo•yed by either them. of The insurance ._..a1? be ..____..:: in COm :Ines authorized to do and doi C business Arkansas i^, and __ _J',a ::::an the fo110::''_:10 li-1.LS: COmprenenSlve General Public Liability with bodily injury limits of $ 100,000 and $ 300,000 and pronert-1 damage limits of $ 50,000; CCmerehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $ 100,000 and $ 300,000 and property damace limit of $ 50,000 for each accident; Standard Workmen's Comcensatlon and Employer's Liability covering with statutory limits; Contractual liability insurance with bodily injury limits of $ 100,000 and 5 300,000 and property damace limits of $ 50,000. Certificates of such insurance shall be filed with the Engineer before work cca'tlences under any contract or subcontract. 10. ROxALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. fie shall defend all suits or claims for infringement of any patent rights, and shall save the Contracting Authority from loss on account thereof. The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work done shall at all tines be subject to theinspection of the Engineer or his authorioed repr3::encative to see that it is done in accordance with the Contract Docur..enis. Inspectors may be appointed by the Engineer or Contracting .,uthority and their duty shall be to guard the Contracting Authority against ci`e_^_ce; and deficiencies in the wor. and to see that the work is done in acc..r9c:'.ce with the Contract Dpeuments. Inspectors shall have authority, S uh '1Ct to the final decision :of the Engineer, to condemn and reject any d_o^_ti'':e work and to suspend the `..ork when it is not being done properly:, !iuC `h'_' resconslbillty for the work and compliance with the Contract Docurents ::1C all a.^.t:1..Cabl_ laws, rules and regulations shall be the Contractor'S. Ins:PectCrs shall have no authorityto permit any deviation from `_[:•' Plans and S_ecifications except on written order from the Engineer, and C-.-'. _"4''_• :.Cr 'd11i ::C 113n 12 LOr :..^./ de 7ia lion except on such written order. 19 The inspector shall in no case act as foreman or orform other dut.is cor the Contractor, nor interfere with the management off the :'/or}: b" the latter. Any advice which the inspector may give the Contractor Shall in ro wise be construed as binding to the L'ngiPeer in a ..a., or the Contractor From = :ii:il'' hen. - e -n- '�_ ia.aj all the �'."_.... h_ _..." _.. _r:z l'. t. All condemned work shall be promptly taken out and reo aced by satisfacto^r work. Should the Contractor fail or refuse to co-_-'_ .;ith iastr_ctions in this respect, the Contracting Ant?:orit' ...-_:, uc9n certifi- CatL.n b'' the ERCj i3'.C2'_-. withhold payment or 7'rcc'e d to terminate :he r:; -:tact as "..: is c1 herein. Any defective work may be rejected by the Engineer any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. 12. F:O P_?4?'.SHIP AND SuPE?INTE_77l""CE: The Contractor shall keep on this work, during 7rc=Tess, a competent su_Crin.t^_ndent and any necessary assistants. The sup-er_ntende'a shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and ecuioment and the service of all workmen, mechanics, tradesmen, and other employees necessary in the execution of the work contemplated herein. The emoloye=_s of the CCntr is for shall be competent and willing to perform satisfactorily the work recuired of them. Any employee who is disorderly, intemperate, or in- competent, or who neglects or refuses to perform his work in a satisfactory manner, shall be promptly discharged. It is particularly called to the Contractor's attention that only first-class workmanship will be acceptable. 13. POSITION, GRADIENT', AND ALIGYIMENT: The Engineer shall set such stakes to proper line and grade as may be necessary for guidance of the Contractor in the proper performance of the •work, and all work must conform closely to the lines and grades given. It shall be the duty of the Contractor and his employees to call the Engineer's attention to any stakes which may have been disturbed or which seem to be off line or grade. The Contractor shall carefully preserve bench marks, reference points, and stakes, andin case of willful or careless desruction, lie shall be charged with the resulting expense and shall be responsible for any mis- takes that may be caused by their unnecessary disturbance or loss. 1-,. PRO ±. ..L• .AR.''::, PROPERTY, AND PERSONS "Lw Li; .i =';C'_OR S RES?CNSIrIITY FOR. D,P-• -IAGE CLAIMS: The Contractor shall adecuately protect the :Or:[, `_.'le Contracting TiLL C.`Arl t' -'S nroner tv, adjacent. ;rocerty and the public from injury, damage or lossarisi::g in connection with the contract or the work. 20 The Contractor shall provide and maintain all oassayewa VS, .Lard forces, lights' or other facilities for safety and protection required by n::_ ublic authority or local. conditions. Th_ Con=rac for assu!;lOs C'.❑tir:] res:JO!1:iiC_ and liabi i :'J or any third party claims and actions based upon or arising cut of injuries, i::cludi.^.g death to persons or damage to or destruction of property, sus- t1a:e:': or al ic] ,a C: to have been sustained i:1 connection 7:Lfh or to have 1ris:n out of or incidental to the der=ornance the contract by the of _3 CO..��uCt y Contractor, his agents and employees and his subcontractor, their acen-s and e:T:olo_:ees, regardless of whether such claims or actions are founded in whole or in part upon alleged negligence of the Contracting Authority, Contracting Authority's representatives or the Engineer, or the employees, agents or licensees thereof. The Contractor shall indemnify and hold harmless the Contracting Authority and its representatives and the Engineer and his representatives in respect to any such mat=ers. 15. LEGAL RESTRICTIONS AND PERMITS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature, and shall give due and adequate notices to those in control of all properties which may be affected by his orerations. Permits, license's, and easements for cermanent structures or permanent changes in existing facilities will be provided by the Contracting Authority unless otherwise specified.. The Contractor must obtain per- mission from the Contracting Authority or other .proper authority before blockading any roads or highways, and shall furnish all necessary barricades and detour signs. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn or specified. lu. ASSICLi'IEtITS: No assignment by the Contractor of the contract, or any part there- of, or of the funds to be received thereunder by the Contractor, will be recognized unless such assignment has had the written approval of the Con- tracting Authority, and the Surety has been given due notice of the assign- ment in writing. No assignment, transfer, or subletting, even though consented to, snail relieve the Contractor of his liabilities under this Contract. Should any Assignee fail to perform the work undertaken by him in a satisfactory manner, the Contracting Authority may, at its option, annul and terminate Assignee's contract. 17. OTHER CONTRACTS: The Contracting Authority reserves the richt to let other contracts in connoCtiCa with this work. The Contractor shall afford other Contractors r^_asonahle opportunity for the introduction and storage of their materials and .:I 1C execution of their wore:, and shall properly connect and coordinate his .or -z with theirs. 21 j . / c.haever a:or;: being done by the Contracting Autthor≥.t_ 's forces or by .lily other Contractor is contiguous to ::or=: covered by this Contract, the rose tike ri:hts of the various interest involved shall be established .. the Engineer, in order to SecUr^ the CC. tilC lion of the various ::9r :ions O_ t he h;Ork i:eno ral ': harlIlon 18. SC'SP=i'islou OF t7Orik: The Contracting JfUthol ltv may at any tire suspend the '::Ork or arty a: ....',`.loo: by •iivinc Lin (10) l:a'i' - . . tilam tractor in .:ri-inc• S In l-1 y.� 1.V the Contractor yVL l.- I the Cork shall be resu[8e ' :• L e trop-:cr ten, days s after te_ he date d .,y th_ Con (10) d-:' �r fixed in a written notice iron the Contracting Authority to the Contractor to do so. If the work, or any part thereof, Shall be stooped by the notice in writing aforesaid, and if he Contracting Authority does not give notice in writing to the Contractor to resume work at a date within ti•.'ent'i (20) days of the data fixed in the written notice to suspend, except in the Case of litigation, then the Contractor Say abandon that ;ortion of the ':.Or:: so suspended, and the will be entitled to the estimates and navments or all 'dork done on the portions so abandoned, if any. 19. THE CO NTRRCTING TCFITY'S RIGHT. TO DO 1ORK: If the Contractor should neglect to fail to perform any provision of this Contract, after three (3) day's written notice to the Con to any other remedy it may have, make good such duct the cost thereof from payments then or thereafter due the Contractor. presecute the work property or the Contracting Authority tractor may without prejudice deficiencies, and may de- 20. THE CONTRACTING AUTHORITY'S RIGHT TO TER:IINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on -account of his insolvency, or if he should refuse or should fail, except in case for which extension of time is provided to surr_ay enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for material or labor, or desregard laws, ordinances, or the instructions of the Engineer, or other- wise be guilty of a substantial violation of any provision of the Contract, then the Contracting rAuthority, upon the certificate of the Engineer that su icicnt cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor as provided under Paragraph 21, immediately following. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finicking the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such e::Denses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracti.nc; Authority. The expense incurred by the Contracting Authority as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. 22 _S N Pendilui Settlelnent of disputes on any point of controversy, t`.1•�-."^ino,r ma' suspend action on all or am,' part of the ,:;or':. ^.'.e Contractor shall not be entitled to any claim for loss or dammdtcm b'i a:.ia of uchCi?lA`.', nor nhaLl hC be on ti tl^r1 to e:cLons'_O❑ ! Lhc:.-:.. oh,,:C tCiS ion of Limclay be Qra.^.: -ci by the Encj L..^.'. - B ne event that any oC the provisions of this ConEra .d_-._' ::01.1 =('^ the tContractor or by any of :his Subcontractors, the o:L'-a .,uthority may serve written notice upon the Co:htractcr and the Surety of its intention to terminate such Contract, such : :orices to contain the reasons for such intentions to terminate the Contract, and unless .aitaia ten (10) days after the serving of such notice ur_on the Contr.Ctor such violation shall cease and satisfactory arrangements for ccrrection by made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of anti such termination, tae Contracti::c Authorityshall im_medi=tely serve notice thereof upon the Sur ^_-V *_ t^e Contractor, and theSuretyshall have the rig. to take over and perform the Contract, provided, however, that if the Thret'j does not commence performance thereof within thirty (30) dais z_cm .: date of the mailing to such Surety of notice of termination, the Contracting Authority may take over the work and prosecute the same to completion by contract for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Co-.t_ec_in^=:-LLdrity for any excess cost occasioned the Con tractir.g Authority thereby, and in such event the Contracting Authority may take possession of and utilize in completing the work, such materials, anoliances, and plant as may be on the site of the work and necessary there for . 22PaYr?NTS WITHHELD: The Contracting Authority may withhold or, on accout of subsecuently discovered evidence, nullify the whole or part of any certificate to such extent as may be necessary to protect the contract- ing Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Subcontractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work When the above grounds are removed, payment shall be made for amounts withheld because of them. 23. DELAYS AND E:iTE: SIOiNS OF TIME: it, at any time, the Contractor considers he is beinq decayed : 3Ct, or : e= lect of the Contracting Authority or its em^lo'.'ees, or other Contractor emnio_:ed by the Contracting Authority, or by ant/ ....�.nges or 'dditi Ohs oCred in the work" or for any reason Ce o::ci his "'^1 23 The sna11 within ten (10) days from the beginning of such delay notify the ERG1:1•?e L" in writing of the causes of an'; such delay. Extensions of time, ?:1 to relief from responsibility Eor 11cuidated dashges incurred by the CCatr ctinq Authority on account of such dela:', will be grant^_CI The Cc:i rl Victor, .hen, in t.:ie O::L:1 Lo:I of the Eingine6r, til': cuscs so ci1:d to t .:iii aL C[?tll viarrant such i:i tC:1510 ns of timC .'o clams for ding,; .i li.i be considered unless such notice has been filed with the Encin.^_er within. the time specified above. II Co:araCtor will be required to furnish the Ci,C1I12@`_ `.O IJQfilGS of each L'1'Caa Se O:"uer SCr materials and ecui:]me"t as t.:,?'' are lacued. 'if the Contractorseek an extension of time because of delay in receiving shall i•'c"!: of critical materials, such extension of time may be granted when, in the opinion of the Engineer, the extension is warranted and the delay is in no way caused by the Contractor's financial status or by any act or failure to act on the part of the Contractor. Failure to get items of '-4,l or egllipment not essential to the CC,::pleti0n of those portions of the work, which, in the opinion of the Engineer requires supervision by an Engineer, shall not be deemed justification for waiver of liquidated damages, however, even though such delays are beyond the Contractor's control, and even tough such items of material or equipment may be essential to the actual placing in operation of a portion of all of the project. When such items of materials or ecuicment are delayed for reasons beyond the Contractor's control, he shall complete all other work within the specified construction eriod. Extensions of time, without relief from res^onslbilit': for liqui- dated damages incurred by the Contracting Authority on account of delays, may be granted the Contractor on account of his failure to complete the work within the time specified. 2-i. ADDITI.O7Lai„ OMITTED, OR CHANGED WORK: The Contracting Authority, without invalidating the Contract may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. Additional which order shall st work. All such work contract and subject included. work shall be done as ordered in writing by the Engineer, ate the location, character, and amount of extra shall be executed under the conditions of the original to the same inspection and tests as though therein Compensation for additional, omitted, or changed work shall be adjusted as follows: Any changes in quantities of work for which unit prices are required in the Proposal shall be at and for the price bid. Work for which prices are not required shall be paid for or deducted, as the case may be, upon the basi.s of an estimate prepared by the Contractor and approved by the Enciaee Y, prior to the written order changing the quantity of work. If the Contractor claims compensation for additional work not as aforesaid, or for claims of damages sustained, he shall make a _t^a stat2m:2nt of Claims for compensation or damages to the Engineer, 24 which :; to ti'SICnt shall be in the hands of the will :lliow a full consideration of the basis case later titan fifteen (15) days after the a..• .... _ a_..__uCj. The Contractor Sh1i1 `;;_ bills, Cr t;ol: .l'__-5 relating thereto. :_i1i85 ru-ed, they shall be considered forfeited d Endine@r within such time as for sucn claim, and in no dunk has been ccmr1'?tied or .._J..r .. _PGV___._ c. ....tea(.!_JI CuC. i? claims ar_' liade as re - TIC invalid. The �.. Authority 4 l i� reserves the right to contract _n; L .:c Contracting Lu �:,l0_. ..V _..n_._ the 1Cu� _v contract __ ::it.. .�../ crsGL -- -ir.., other than _ e Contractor for any, or all extra Gr._. Contractor's attention is sci •,called�•_�.. :' he shall e_tc.ci�, 1, to _act that .l en Citl_C to no claim for damages for antiolcateo profits on any 'orton of the 'worK to be omitted. 25. AF3ITP.ATION: (a) e.i.8:^.G for r.7l tra t:O:: ::i?:% decision of the Engineer which �J : h. .. is subject to arbitration shall be submitted to arbitration upon the demand C. either party to the disJ `c` The Contractor shall net cause a delay of the work because of the _endencv of arbitration proceedings, except with the written Der:T:i s5_Cn of the ncineer, and then only until to arbitrators shall have any oppor- tunity to determine `. nether or not the work Snail continue until they decide the ::afters in dispute. The demand for arbitration shall be delivered in writing to the Engineer and the adverse party, either personally or by registered mail to the last known, address of each, within ten (10) days of the receipt of the Engineer's decision, and in no case after final payment has been accepted. ii he Engineer fails to make a decision within a reasonable time, a demand for arbitration may be made as if his decision had been rendered against the demanding party. (b) Arbitrators. No one shall be nominated or act as an arbitra- tor who is in any way financially interested in this Contract or in the business affairs of the -Contracting Authority, or the Contractor, or the Engineer, or otherwise connected with any of then. Each Arbitrator shall be a person in general familiar with the work or the problem involved in the dispute submitted to arbitration. Unless otherwise provided by controlling statutes, the parties may acrce ui:on one arbitrator; otherwise there shall be three, one named in '.;ritincj by each party to this Contract, to the other party, and the third chosen by those two arbitrators. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding in respect to both the :1atte_r zubmitted to and the procedure followed during the arbitration. Such dt cisiOa shall be a condition precedent to any right of legal action. (c) A:"hitration Procedure. The arbitrators shall deliver a .':-i tit^_:: ::otice to each of the jarties and to the Engineer, either personally Gr .)_: regl'.3 t('_rcC -mail to the last •:: 17ot.m address of each, of the time and ace for }1C h^_Cinn1GQ of thO hearing of the matters submitted to them. 25 • Each ,'arty may suu-mi' to the arbitrators such evidence and arguments as he may (:es.iro ad the arbitrators may consider pertinent. The arbitrators si'..'t!!, however, he the let:.^,C.`1. of all matters of law and fact rr•lat1C to _:�.... .. .. s1:bjc: jic1tte≥s of aid. the _GC. I'.:r ciurin arbitration ._l.^.[? shall ::o .be >0u:ia by tech:lica1 rules o law of procedure. They ia'; near evidence in whatever form they desire. The parties may be represented bC fore them by such _arsons as each may select, subject to the discipli- -: c:;i=_ of the _._____..:t..'_s if s__.. .e...._s.._t_.i-:: hall i.nt____r_ ..it:: the .._._r" or seed; lie ndto^r' f ..he ce �i-• c of prone c. ..c.:. Each rartv, and the Enc_neer, shall su_nly the arbitrators with such papers and information as they demand, or with any witness whose move- :.-,en`s are subject to their respective control, and upon refusal or neglect tc comply with such demands, the arbitrator- may render their decision without the evidence which might have been solicited therefrom, and the aGse:.ce of such evidence shall afford no cround for challenge of the award by the party refusing or neglecting to comply with such demand. mis n t r ,-f ✓ i - t• r The submission ;.O arbitration (one statement of 'the maters in Cis^ute between the parties to be passed upon by the arbitrators) shall be writing duly a_kn0".:ledced before a notary. Unless waived in writing by both :ar ties to the arbitration, the arbitrators, before hearing testimony, shall be sworn, by an officer authorized by law to administer an oath, tait':fu_ly and fairly to hear and examine the matters in controversy and tc :.:a=:C a just award according to the best of their understanding. The arbitrators, if they deem the case demands it, are authorized to award to the part: 'chose contention is sustained such sums as they shall consider proper for the time; expense, and trouble incident to the arbitration, and if the arbitration was demanded without reasonable cause, damages for delay, and other losses. The award of the arbitrators shall be in writing and acknowledged like a deed to be recorded, and a dualic or by registered mail forthwith upon its to the controversy and to the Engineer. the award by the Federal Court or by the diction to render same. ate shall be d rendition, to Judgement may highest State =_livered personally each of the parties be rendered upon Court having juris- The award of the arbitrators shall not be open to objection on account of the form of the proceedings or the award, unless otherwise provided by the controlling statutes. In the event of such statutes pro- viding on any matter covered by this Article otherwise than as herein - before acetified, the method of procedure throughout and the legal effect of the sward shall be wholly in accord with said statutes, it being the intention hereby to lay down a principle of action to be followed, leaving its local application to be adapted to the legal requirements of the jurisdiction having authority over the arbitration. The Engineer shall not be deemed a party to the dis_:ute. He is 'ea tae right to apt^.ear before the arbitrators to explain the basis of ::1.3 decision a:ld give evidence as they may rec'aire. 26 a --�'- RI : FENCE TO '1IAHUli \C'I'U'RER Or TRADE iJ7+?.�.,: OR Whonevcr a material, article or piece of equipment is 1d.'_nt: tied oil the olans or in the specifications by reference to -a[1:.:aceurursor vendors' flames trade m s, catalogue numbers, ri t nays...• ga a ,^ e , , ._ ].t Li ?::' i; .:ere11 t0 ccnhijsh a standard; and, Illy : T alto_! al -fint of ogler manufacturers arid vendors which will per:orm adccuately thedutiesimposed by the general design will be considered ecuaily acceptable provided the material, article, or equipment so proposed, is, in the c i::ioa of the Engineer, of equal substancc and function. It ra!1 .:O be 'urc[la [7c C', or installed by the contractor +g.rs without �..vi.li:_o .._ '-'_-'___It _ -;'r.Tla_. i V:, _. or Co:IP LETED PORTIONS: The Contracting Authority shall have the right to take possession of and use any Completed or Partially completed portions of til:' work, notwithstanding ithstanding that the time for completing the entire work on such portions may not have expired; but such taking possession and use shall not be deeaed an acceptance of any work not completed in accordance with the Ccatrac= Document9. If such prior use off completed portions increases the cost of, or delays the work, the Contractor shall be entitled to such extra copensation or extension of time, or both, as the Engineer may determine. The Contracting Authority, in taking possession of completed portions, shall agree to accept the decision of the Engineer, on matters relating to resronsibilit for damages that may occur to po rtion Y any of the ::or-: during the period of possession preceding acceptance and final 28. ACCEPTANCE AND FINAL PAYMENT: As soon as the work has been substantially and satisfactorily completed, the Engineer will make a final estimate stating that the work provided for under this Contract has been completed and is accepted by him under the terms and conditions thereof, with qualifications, if any, as stated. If certain parts of the work are not completed or if certain corrections must he made in the work even though the work is substantially completed, the Engineer is authorized to determine the amount which in his opinion is required for completion and/or correction of the work, and such amount may be withheld from the final payment to the Contractor, pending the cr)m.Jletion and correction as required. The balance found to be due the Contractor shall be paid by the Contracting authority within forty (40) days after the date -of the filial estimate. Prior to filing for final esti:•atr_s, the Contractor shall file with the Engineer a receipt in full from each manufacturer, subcon&ractor, dealer and Supplier for all equipment and material used on the work and a complete release of all liens which may have arisen from this Contract. In lieu thereof, the Contractor shall file s f:a ;?rcu :s showing balance due' or claimed oil all accounts and the Contracting +uti:ority shall have the right, if it so elects, to withhold sufficient ••o:l^y to pay such balances until receipts in full or satisfactory evidence of final deter;.ni.nation are filed with the Engineer who may then make _a•_ _ stir..a 27 The making and acceptance of the final payment shall ens tit:a.e a o:aivor of all clai.ms by the Contracting Authority, other th ar thoe arising from incomplete or uncorrected work, unsettled liens, or -..... .'._:'_•.,. s:or:-:,ac:i:in or ,,,7tcriais, and of all c?air..s 5y- the Contractor, ..: a _.:c a _z viocl•, :na'_.o and still unsettled. If the Bork has been partially but substantially completed to the extent that all adjustments in the Contract sum may be made, the .. ';, if material delSy in completion is anticipated or i o:...`..".: _L_ai: e (.l-.'](. in the inter st of the work, make the final stiE.I_•, 1 i:.'-, _.. ..c:i;.!on to other recuirener.ts which may he sac.=ifi_a under _-,ments/ an amount reotesenting the cost of unfinished work. Such _a_-aent shall be under the terms and conditions governing final payment. Neither the making? of the final estimate, or final payment, shall relieve the Contractor of his responsibility for faulty .materials or wcr.i-manship, and he shall remedy any defects and pay for any camace resu tig therefrom which shal l aonear within a cericd of one (1) year frcm the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness, and all questions arising under this paragraph shall be decided by the Engineer. 29. PAYMENTS TO CONTRACTOR: The Engineer will on or about the T.,entieth (20th) day of each month mane an estimate of the work done. As soon thereafter as c'ossible, and as soon as the Contractor has filed receipted bills showing that he has paid the previous month's bills, the Contractor will be paid seventy (70) percent of the value of work in place, plus ten (10) percent for that _:ortion of the work accepted for beneficial occupancy, pits (20) nercent of the value of work that has been properly cleaned up, plus fifty C a_ of f the L t but _..,. (.A) percent ,.h2 value of :-t7e materials on she job site I not in place (figured from the Contractors paid invoices), minus amounts previously paid. A final estimate will be made following the final inspection as provided under paragraph 28, after which time and within a perioc: of forty (40) days, the Contractor will be paid the full amount of the contract price, less amounts previously paid. Payment will be made only for the actual quantities installed TheContracting Authority may withhold or, on account of sub- :equently discovered evidence, nullify the whole or part of any certificates to such extent as may be necessary to protect the Contracting Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) !'ailure of the Contractor_- to maRc payments properly to Sub- contractor or for material or labor, ( ) Da:^ace to another Contractor, (e) _n:coma) .ete work. 28 .IIC:h Lhc ...ove Vrounds arc ro:hoved, piavment hall be made for amounts `:lith:hdld because of them. Li .1 -.iii, ".i )":'; ':'�S: The Contractor shall furnish the Engineer with triplicate cosies of all shoo and erection drawings or snnrovaI These drawi ncs :,__, ..t,.:.dc the :.--.'.' nc:s _prop red on ac,, rin°o_._i:'c steel _ ..___c`::ra : -C'2' lirio'u_ draliln Cs- o ecLl'-:?ment or ' aC111—: r; "f ur C;laspd !Sid^: Jh d Co:: __acct, and o,.-cer sucolcm'entary draFil:hgs rec'ulied in :.rOc.'c: pion of Che work. One c0_]v shall be returned to the Contractor and _o co_.ies retained by the Engineer for field and office reference. The approval of such drawings by the Engineer does not constitute an accectance of responsibility of their accuracy. U+ SOFA iii_._ TESTS All material ..Uses as may be rec ui ror tests shall be the respo material. enterworking into the work the specifications. nslbility of the Contra is subject to various =e cost of ail sncih ctor furnishing such The Contractor shall also bear the cost of any tests arising out of his desire to use materials which may be cuestionable in the opinion of the Engineer. 32. DRINKING WATER AND SANITARY FACILITIES: The Contractor shall provide safe drinking water for his workmen during the construction period. The .pater shall be delivered throu<jn a spigot, angle jet fountain, or other approved device. Common drinking cups will be prohibited. The Contractor shall furnish adequate sanitary facilities for workmen in the work area during the construction period. 33. CONSTRUCTION SAFELY: Throughout these specifications, whenever engineering decisions are to be made to ensure adequate construction in accordance with the plans and specifications, such inspection and engineering decisions are not to be construed as supervision of the Contractors' work force, nor make the Engineer responsible for providing a safe place for the performance of the work by the Contractor or the Contractors' employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or OCCUpance by any person, as these responsi- bilities are covered under the provisions of the contract, the Contractors insurance and _:erformance bond and cannot be the responsi- bilitv of the Engineer. The above provision does not prevent the E:gineer or his 2c ; DETAILED SPECIFICATIONSCIFZCATIOi•IS PART I- CONTRACT STIPULATIONS I-1 SPECIFICATIONS: These detailed specifications are drawn with the object of securing first class workmanship and materials throughout the work embraced in this contract, and of securing completed structures properly and well constructed with regard to all local conditions. I-2 EXTENT OF WORK: It is mutually agreed and understood that the contractor will furnish all tools, labor, equipment, materials, and supplies required to be furnished, and will construct complete all work shown on the Plans and in these Specifications. The Work consists of: Excavating and laying 12" D.I.P. Water Line across White River, the contractor is to furnish Ec1rxi t'ixall labor and materials required to be furnished to construct the above water line 1-3 LIST OF PLANS: The Plans are bound separate from the specifications and are generally titled WEST FORK - GREENLAND (WHITE RIVER CROSSING) 12" Water Line Relocation DESCRIPTION Vicinity I -lap & Legend SHEET NO. Plan 7. Water Details - 3 I-4 LANDS AND RIGHTS -OF -WAY: The Owner will provide all permanent easements or permits actually required for the construction of the work in all Schedules. The Contractor shill lease, buy, or make satisfactory provisions, without obligation to the Owner, for all other temporary land easements or richts-of-way which he may require for access or storage of materials or equipment. DS -1 fl D STI:IflG OUT '. I0^',C: Tho Bngiucur for ;;)ach Scitdt as roil...en, Chalnm.en, and to perform all assist the Engineer in stale ir. Ga out the .....3.. .._ 1t5 to tloO__mi.:,c .'"Uai1 t1L ?S' (l- _ .o :?�?.L� Rio he "'` _ ... required to .U"_ i115S1 an ?:> QUALITY OF THE PL't?S: :le .:ill furnish labor to act other duties required to vrk for construction and for pipe installed. The CG:.trac labor for this DUr;ose. The plans have been made with care but cannot be assured to be correct in every detail when nanv of the conditions to be encountered are not shown on existing map?; and are underground. ' The approximate location of existing undergroundwater,gas, and telephone lines are shown. The placing of this infdr-:aticn o:: the clans in no v.av obligates he Opine`_ as to its correctness, as it is indicative only and is placed there for the information and assistance of the Contractor. It is the expressed intent of these Plans and ECecifications that the Contractor is to make his own lnvestication of conditions to be encountered, including rock and underground water, and the submission of the Pro;osal by,the Contractor for the work constitutes his compliance with this requirement. DS -2 DETAILED SPECIFICATIONS PART II - CONSTRUCTION SPECIFICATIONS II -1 PLANNING AND EXECUTION OF THE WORK: The construction work included under these specifications shall be so planned and executed that the various portions of the work ':ill be carried on concurrently and the whole completed within the time allowed. Water main connections requiring shut -down of water service to us^_rs shall be coordinated through the City Engineer. I1-2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled with compacted SB-2. No claim for additional compensation shall be made for such backfilling of excess ecavation unless the Contracting Authority or its agent is responsible for the error. When necessary to protect the laborers, the work, or adjacent property, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has preceded to a point where it can be safely removed, except that, if in the opinion of the City Engineer damage is liable to result from withdrawing shoring, it shall remain in place. II -3 EXCAVATION - TRENCHES FOR WATER MAINS: Trenches for water lines shall be the width and depth necessary for the proper installation of the pipe. All pipe lines shall be laid in trenches of such depth as to provide a minimum cover of thirty-six inches over the too of pipe barrel unless otherwise shown on the Plans. Contractor shall increase depth as necessary for crossing other pipe lines and to provide required cover for valves and valve boxes. Trench will be deepened to the extent necessary so as not to exceed the maximum permissible deflection of the pine being installed, with maximum permissible deflection being as recommended by the pipe manufacturer. Width of pipe trench for all water lines shall be adequate for the installation of the pipe and make-up joints, but in no case shall the width of the trench at the top of the pipe be wider than the outside diameter of the pipe plus two (2) feet. The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact with and have a longitudinal bearing on undisturbed soil for the full length of the pipe, except for such distance as necessary for adequate bell holes and proper sealing of the pipe joints. If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall DS -3 excavate below the lower extremity of the pipe as directed by the Engineer, and place a cushion of sand, gravel, or crushed stone thoroughly tamped into _1acC to receive the pipe. Material used for this purzoSe shall be S2-2. r-.1 E t mTT• / mr...... - \._) .\. Ii'i tn...::CtLS: Rock excavation shall be defined as solid rock in formation cannot be excavated efficiently by adequate power shovels or excavators C. ___ cnized standard :ranuf act'ure in goof: condition and adequate size, 'hell acicd by skilled operators; and boulders or pieces of detached rock, which ma be embedded in materials not classed as rock, exceeding ten (10) cubic feet in volume. The term "excavated efficiently" as used in this Specification shall mean that where formation rock can be excavated at a lower cost per cubic yard of useful excavation by blasting, barring, or wedcing, it shall be so excavated and will be classified as rock. The Contractor's attention is called to the fact that a shale formation exists in Fayetteville that generally can be dug and, therefore this material will not be classified as rock except where it cannot be efficiently excavated as defined above. The volume of rock excavation shall be determined by the horizontal measurement of length of trench in which rock occurs, the vertical measurement of depth of rock and a width of "D". "D" shall be the nominal diameter of the pipe plus 15 inches, but not less than 24 inches. II -S EXCAVATION - CLASSIFICATION, L t UREINEPIT AND PAYMENT: All excavation not classed as rock shall be classed as cor.,mon excavation. The volume of rock excavation shall be determined per Section II -4 of these Specifications. Rock excavation shall be paid for at the unit contract price given'in the Proposal. The cost shall be included in for separately. All measured and paid fo of all common excavation in trenches for water mains the contract unit price"'for pipe and shall not be paid rock excavation in trenches for water mains shall be r as rock excavation. 1I -G BLASTING: Blasting will be permitted only when proper precautions are taken for the protection of persons, the work, and adjacent property; and any damage done to the work or property by blasting shall be repaired by the Contractor at the Contractor's expense. All operations i voly s=;race or explosives shall be in FecIor3l statutes and reculations. ng the full c rement, handling, use, and nce with aoclicable State and Blasting will be done only after securing written permission from the City Engineer's office. DS -4 The Contractor shall be liable for all injuries or deaths to persons or damage to property caused by blasts or explosions. The attention of the Contractor is called to Section 9 of the General Conditions of the Specifications entitled "Insurance". The cost of all work under this Section shall be included in the Contract unit price for rock excavation and will not be paid for separately, II -7 BACKFILLTNG: All trenches shall be backfilled immediately after the pipe is laid using methods that will not disturb the pipe. Material used for backfilling shall consist of the excavation or borrow of sand, gravel, or other material approved by the Engineer, and shall be free of trash, lumber and other debris. After the pipework has been approved, trenches shall be backfilled with fine, loose earth free from clods or stones larger than three (3) inches in any dimension, and of proper moisture content. This selected material shall be carefully deposited by hand in layers not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and care- fully rammed around the pipe until the backfill has been brought up to the springline of the pipe. The backfill shall then continue without tamping but with same material, placed by hand, to a point at least twelve (12) inches above the top of the pipe. If the excavation is not suitable for this purpose, as determined by the Engineer, then SB-2 shall be used for this operation. The remainder of the backfill may then be backfilled by any approved method which will not injure or disturb the pipe. Trenches outside the public right-of-way will be neatly graded up and left slightly "over -full" so that subsequent settlement will leave the route level with the surrounding terrain. Trench on public pro- perty shall be filled and refilled as necessary to provide a smooth, well - graded appearance. All backfill shall be settled and consolidated until fur- ther settlement will not occur. It is the intent of this Specification that the Contractor shall be responsible for settlement of backfill in all work covered herein. He shall refill trenches as often as necessary to bring them back to original grade, and during that period settlement is occurring shall refill them often enough to avoid hazardous conditions or inconvenience. All excavated material which is unsuitable, or not needed for backfill shall be wasted or disposed of to the satisfaction of the Eng- ineer. Surfaces shall be cleaned up, all hummocks and piles smoothed down and the surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left true to original line and grade. Street shoulders shall be restored to their original contours. All roadways and driveways shall be backfilled with SB-2 up to the road surface. The roadway and driveway surface shall then be re- placed as called for elsewhere in these Specifications. CS -5 The attention of the Contractor is called to a separate Section in these specifications concerning crossing lams. SB-2 shall be measured and paid for as subgrade material at the .....;. „o:zr3ct _rice given in the Proposal. The cost of all other work described in this section shall be inclu::ezd in the unit contract price for the installation of pipe and shall of be _aid for separately. Water for flooding trenches shall be furnished free of chance :,.: the City of Fayetteville. II -3 HANDLING AND LAYING C.I.. D.I., AND A.C. PIPE: In the transportation, unloading, and handling of cast and ductile iron pipe, the pipe shall not be dropped, let roll and collide with another pi: e, or be subjected to any unnecessary jar, impact, or other treat- ment that might crack or otherwise damage the pipe. 3efore laying pipe in trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length, except at bell holes, and shall not be allowed to rest on hard supports through a portion of its length only. All pipe shall have at least 36 inches of cover, unless otherwise shown on the Plans. Deflections from a straight line or grade, as required by vertical curves, horizontal curves, or offsets,shall not exceed 6/D inches per linear `act of pipe, where D represents the nominal diameter of the pipe expressed in inches, bet::een the centerlines extended between any two connecting pipes. If the alignmentrequires deflections in excess of these limitations, special bends, or a sufficient number of shorter lengths of pipe shall be furnished to provide angular deflections within the limit set forth above, as approved, by the Engineer. The inside of the pipe and all parts involved in jointing shall be cleaned of all dirt, mud, grease, and other foreign material before the pipe is laid or the joint started. Ends of pipe shall be temporarily plugged at the close of each day's work. In laying mechanical joint or 'push -on' joint pipe, the manufacturer's recommendations for securing good joints shall be rigidly followed. The laying of the pipe shall be done in accordance with AWWA C-600-77 for cast iron or AWtT C-603-65 for asbestos cement water pipe. Adecuate backing blocks of Class "B" concrete shall be provided at all points of unbalanced pressure, such as bends, tees, or wyes as shown. on the Plans in such a manner that all joints between pipe and fittings are accessible for repair. Cast iron pipe shall be measured and paid for as Cast Iron Pipe for water wins at the appropriate unit contract price given in the Proposal. DS -6 Class 'B' Concrete shall be measured as the actual amount ;laced and paid for at the unit contract price as given in the Proposal. The cost of all other work required under this section shall be considered subsidiary to the laying of pipe or the placement of con- crete and shall be included in the appropriate unit price. 11-9 C 0SSI:G AND PAR,7..LLELING EXISTING UTILITY LINES: The construction of sewer lines will necessitate the crossing and paralleling of existing utility lines, including water mains and services and natural gas mains and services. The known locations of such utility mains are shown in their approximate position on the Plans, but utility service lines are not indicated on the Plans. The owners of the utility lines shall be notified before any crossing is made or other work initiated that may disturb a utility line or interrupt service to a customer. The Contractor is referred to that sec- tion of the General Conditions of these Specifications where the Contractor's responsibilities for utility crossings is stated. The cost of all work under this section will be included in appropriate contract unit prices, and none will be paid for separately. II -10 CROSSING BURIED TELEPHONE CABLE: The location of buried telephone cable is shown approximately en the Plans as determined from telephone company markers indicating the location of the cable. The Contractor will exercise extreme caution in approaching the location of buried cable. Contractor shall notify the Southwestern Bell Telephone Company (Dial 4102 in Fayetteville) and wait until a represent- ative of the telephone company is on the job site to locate buried cables. The Contractor will not attempt to locate or uncover cable without a represent- ative of the telephone company present. The cost of all work under this Section will be included in appropriate contract unit prices, and none will be paid for separately. II -11 CUTTING AND REPLACING SPECIAL SURFACES: Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, walks, or parking areas, the original surface shall be restored after completion of the backfill operation. In these instances, special care shall be used in making the backfill to eliminate future settlement. The surface shall be restored using the same type of surfacing materials that were used in the original surfacing. DS -7 a t Backfill of trench lying within roadways shall be in strict accordance with the applicable provisions as stated in Section 1I-7 of these Specifications. The condition of the backfill, with special regard to the degree of compaction, shall be checked and approved by the Engineer be tore any surfacing is placed over the bac?:fill. The replacement of special surfacing shall follow as soon as practical after the completion of the back£illing operation so as to restore the roadway to its original condition and traffic capacity. If in the opinion of the Engineer the replacement of surfacing is lagging, he may, at his discretion, stop the pipe laying operation until the replacement of surfacing proceeds in a satisfactory manner Immediately, prior to replacing asphalt or concrete pave- ment or surfacing, a chalk line shall be made along both sides of the trench at the proper width, and the pavement trimmed, along a straight and vertical line. No claims will be allowed for additional width of pavement cut and replaced occasioned by this requirement. The quantity of asphalt and con- crete pavement cut and replaced will be determined by the horizontal length of pavement actually cut and replaced measured along the centerline of the trench multiplied by a width of thirty-six (36) inches, except that where a width greater than thirty-six (36) inches is required and authorized by the Engineer, the actual width of pavement cut and replaced shall be used in determining the quantiy of pavement cut and replaced. In gravel surfaced streets or parking areas, the gravel will be disturbed in excavating for sewer trench. After the backfill has been so placed that no further appreciable settlement will occur, gravel surfacing shall be replaced to the same compacted thickness as the original surfacing. During construction operations, the gravel on the remainder of the street not occupied by the trench may be disturbed and covered with dirt from the excavation. After completion of the backfill, such dirt shall be removed as completely as possible and additional gravel placed on the street as directed by the Engineer until the street is satisfactorily restored to its original condition. Gravel surfacing cut and replaced will be measured and paid for as the cubic yards of gravel actually used in replacing such sur- facing. Special surfacing cut and replaced will be paid for at the appropriate contract unit price as given in the Proposal. Contract unit prices shall be inclusive of materials, placement, and all work incidental thereto. I1-12 CROSSING LAWtS: The following shall apply to all lines crossing lawns, as designed on the plans. After settlement has occurred, the disturbed areas shall be dressed out with three (3) to four (4) inches of top soil. The dressed out areas shall then be seeded with the appropriate grass or grass mixture. If lawns, bushes and small trees are likely to be dam- aged by the work, they shall be taken up ahead of construction. They shall DS -8 v G4. pt?rsonnei Erem requiring reasonable safety standards, if, in the coutso of their technicai supervision, it comes to the attention of t C,` _ uineer that reasonable safety Standard's are not being carried OC t 1, 30 be properly protected until such time that they can be re -set. It is the intention of this specification that lawns be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate unit -rica for pipe and shall not be paid for separately. II -13 TESTING AND STERILIZING WATER MAINS: Water mains shall be subject to 200 psi test as herein secified. All lines shall be backfilled and concrete backing installed at points of unbalanced pressure prior to the initiation of any pressure test. Each valved section of the pipe lines as selected by the Engineer for test shall be slowly filled with water. Before applying the test pressure of 200 psi, all air shall be expelled from the pipe by blowing - off at fire hydrants. If necessary to properly expel air prior to test, Contractor will tap lines at high points with corporation stops. Each section of pipe line to be tested shall be subjected to 200 psi test pressure, based on the elevation of the lowest point in the line or section of line under test and corrected to the elevation of the test gauge. Duration of 200 psi test shall be for at least two (2) hours in all cases. Pressure shall be applied to the line by means of a pump, pipe connections, and all other necessary apparatus for applying pressure and measuring the resultant leakage from the line under test. All such apparatus shall be furnished by the Contractor. All necessary taps will be made by City forces at the expense of the Contractor. Pressure will be measured with gauges as furnished by the Engineer. While the pipe being tested is under pressure, it shall be walked to check for leakage appearing at the surface of the ground or from any exposed valves or other appurtenances. In conjunction with the 200 psi pressure test, a leakage test shall be performed. Contractor shall provide necessary meter or pump- ing reservoir or other satisfactory means of determining the amount of water pumped into the line to sustain the specified test pressure of 200 psi. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure of 200 psi after the air in the pipe has been expelled and the line filled with water. Leakage shall be no more than that allowed by AWWA specifications. All pipe lines shall be checked for leaks and deficiencies, repaired, and retested if necessary until they pass the above specified leak- age test for the size and type of pipe installed. Even though pipe lines may pass the leakage test, any leaks apparent at the ground's surface, any leaking joints, fittings, or appurten- DS-9 C a anus' that are detected shall be repaired to the satisfaction of the Engineer. All new water line extensions will be sterilized with chlorine before being acceoted by the owner and placed into service. Sodium or calcium h%pochlorite (iiT .) or chlorine gas may. be used in such amounts as t:, 'r •:•idc a dosage of not less than 50 parts per million in the Piping being sterilized. The sterilizing agent may be introduced in any manner so as to e:rovide uniform distribution along the pipe line. All in -line valves in water 'lines being sterilized shall be opened and closed several times �:.-: ..:. the sterilizing ..cn� ... __.:.. _:.i. J.. _11_-1.•g period. ��..�_ru=tor will use extreme caution tD be cet.iin that strong sterilizina aunt is not flushed back into a.^.': cart c t: e .rater distribution in such a manner that it reaches water consu:-..ers. Eo !o;. ng a contact period of at least 24 hours the heavily chlorinated sterilizing water shall be completely flushed from all pipes, and the pines rinsed and thoroughly flushed with large, quantities of clear water. Samples shall be taken from all water line extensions as directed by the Engineer and analyzed for bacterial purity by the State Department of Health. The sterilizing process shall be repeated as necessary until all samples indicate that the water is safe and approved by the State Department of Health. Resterilization of the water lines at the Contractor's expense shall be required if State Department of Health approval has not been received after three weeks of testing. Water for all sterilizing and testing operations will be furnished the Contractor by the Owner at no cost to the Contractor. The cost of all pipe taps, sterilant, any and all work incidental t for pipe, and no separate water line extensions. sterilizing and testing operations including temporary valves or caps, test pumping and ecuipment, zereto will be included in the unit contract prices payment will be made for testing and sterilizing I1-14 CROSSING FENCES. The installation of lines will necessitate crossing several fences as shown on the Plans. Fences will be repaired by the Contractor so as to be equal or better than their original condition prior to construction; Before cutting fences, adequate horizontal bracing will be installed in the fence on'each side of the cut so as to maintain the tension in the fence wire. Replacement of fence shall be in a workmanlike manner, and wire shall be stretched tight and adequately secured to posts by means of 1 inch fencing staples. If necessary to accomplish proper closure, the Contractor shall'furnish and install ne•:i fencing, posts, wire, etc. to properly restore the fence. Mater- ials shall be of equal quality and size to those as originally installed. The Contractor shall be responsible for temporary fencing, gates, gaps, etc., as necessary to maintain fences in a stockproof condition during the construction of the pipe line until permanent fence repairs can be accomplished. He shall take all necessary precautions and will assume full rec;:onsibility to insure that livestock does not stray or gain entry to crc ped areas or to public roads. The cost of fence repairs in all Schedules will be included in DS -10 a » _ t:'.e linit contract prices for, pipe, and no separate pa'.'ment will :.e made for crossing and repairing fences. II -15 P.hST_7,LLATION OF FIRE F:YC R.. •JTS: F Fire hydrants shall be pro:erl_i located '.with resrect to croce__9 lire and streets, and shall be set at proper elevation, truly plumbed and _roperly oriented. Hydrants shall be set upon a slab of stone or Ccnc-.te four (4) inches thick and not less than fifteen ((l.°,)- iG._.Les sccllare. rhali be backed with Class a concrete to orevent the :J1 G:; 1:G off the lead. Hvdrahts shall he set with at least three ^(3) feet of crushed stone or washed gravel at the base to serve as drainage. Fire hydrant extensions shall be used as necessary to bring fire hydrants up to grade. t Fire nygrants'4/111'be measured as the unit installed, at the aprropriate unit price as given in the Proposal. The cost of all other work under this Section will be included in the unit price for installation of fire hydrants and shall not. be paid for separately. I1-16 CO::NECTIcN TO EXISTING WATER LINE: Connection to the existing water line shall be made at the location and in the manner shown on the Plans. When water service'must be discontinued to make a tie-in, the Contractor shall notify all affected customers 24 hours in advance and estimate the time required to restore service. The cost of all work associated with tying -in shall be included in the unit price for the in≤;tallatica of pipe and shall not be ;aid for separately. II -17 INSTALLATION OF VAI'.,VES: All valves will beset with operating stems set in -true vertical positions. Valve boxes shall, be adjusted so that the cover conforms to the adjacent grade. All costs incidental to the installation of valves shall be included in the contract unit price for valves. Ii -18 COPICRETE: All concrete shall be composed of the materials described in Paragraphs 4,5,and 6, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall be Class "B" as shown on the Plans. Class "B" concrete shall contain not more than seven (7) gallons of water to the sack, of cement, including the water in the aggregates, and not less than five (5) sacks of cement per cubic yard of concrete, and DS -11 • V _.;enty-eight (23) day compressive str-ngth of at least twenty-five hundred- (2500) pounds per square inch. • 0oncrace, snail Se mixed in an acoroved aixer for hoc less c an one and one -hair ('i%) minutes after all materials are 4_-% the drum -nd :.fla;i be cposited withib =;,arty (j0) minutes after nixing. Hand-mi-,.d = ii not be a;lcwed: in piacing ccncra_e, car shall be taken chat the .'r es;• :% 7i=_d T3Ss is so placed and vi71-at_d chat there is no tendency For t:ia scars± ?C roc to to secrecat" "—rn "n. ^mar. Ali concrete s:,.=.lI be properly protected from too rapid curing or from freezing while green. The cost of all work in -this section shall be included in the unit -contract price for Class'''' concrete: and shall not be paid for separately. iI-19 CLEANING UP: After the construction work is;completed, all refuse and debris resulting from the work shall be cleaned up. and disposed of to the satisfaction of the Engineer. All excess excavation, waste concrete, piping, lumber, other refuse shall be removed from the site of the work and the site leveled, graced, and dressed up until it is neat, smooth, and workmanlike. It shall be specifically understood that the clean up eerticn .shall be maintained as closely as possible to the pipe laying operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactorily, he may interrupt the pipe laying oper- aticn untiI such clean up is completed to his satisfaction.. The cost of all work under this section shall be inciuccu; in the lump sun contract price and will not be paid for separately. Ii -20 CLEARING_ Clearing operations will be required in the execution of various portions of the work: Clearing shall be no more than actually required for instaii≥ion of the line. No indiscriminate destruction of trees will toleraced. Within lawn areas, bushes and small trees will be taken up and protect -2d until construction is completed in he area. They shall then be r≥ - sec. No open burning will be allowed. Al] trees and brush will be hauled off to a disposal site approved by the Engineer. The cost of all work under this section shall be in- cl_ded in the door priate unit cost for pipe and shall not be paid for DS -12 -- . S. Tr .'' Contractor, by ^n LSOrI a1. inspection, should satlS 'i ai:':S..-i ... _:'.^ e: -:c; ...C.Ount of Ciearirc that may be r0cu1r3d. DE -13 4. i. DETAILED SPECIFICATIONS PART III - MATERIAL SPECIFICATIONS 111-1 GEiIER:1L: All Materials shall be in compliance •.it:n the latest n≥': '_910..^.s of the ASA or Specifications noted . The Engineer retains the right to reject any materials or items not specifically covered in the Plans or Specifications. I1I-2 CAST IRON PIPE FOR WATER MAINS: Pipe shall be designed in accordance with ASAA 21.1-1967 /A; '1A HI -67 using 21,000 psi bursting tensile strength and 45,000 psi modulus of rupture. Pipe shall be manufactured and tested in accordance with USAS A 21.8 or A 21.6. Minimum standards given below shall apply. NOMINAL PIPE THICKNESS WALL SIZE ( in.) CLASS THIC:SS (in.) 6" 22 0.38 8" 22 0.41 Tgo and one quarter inch pipe shall be Class 250 and shall have a wall thickness of 0.25 inch in accordance with ASA A21.12/AWWA 0112. Fittings shall be designed in accordance with ASA A 21.10-1971 /AA C110-71. All fittings shall be Class 250 and shall be MJ. This Ohanical joint shall conform in all respects to ANSI :;21.11/AW'4A Clil. All pipe and fittings shall be bituminous coated outside and standard cement lining inside in accordance with AWNA C 104-74/ASA A21.4. Pipe shall have Type II (push -on) joints, except that 6" pipe for hydrant leads shall be MJ. Push -on joint and mechanical.rubber gaskets shall conform to ANSI A21.11-1972/T\WWA C111-72. III -3 RETAINER GLANDS: Retainer glands shall be ductile iron. 111-4 CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles not more than one (1) percent by weight of clay lumps or three (3) percent by weigth of material removed by decantation. Mortar specimens made with the fine aggregate shall have a compressive strength at twenty eight (2S) days of not les'.s than ninety (90) percent of the strength of similar specimens made ith Ottawa sand having a fineness modulus of 2.40+0.10. Fine aggregate shall have a fineness modulus of not less than 2.40 and not more than 3.00 and the v-iriatio❑ in modulus shall be limited to +0.20 from the average of all tests. DS -14 nY' { + S Gradation shall fall within the following requirements: TOTAL PASSING PERCENT BY WEIGHT i:o. 4 Sieve 95 - 100 :io. 16 Sieve 35 - 75 :o. 50 Sieve 10 - 25 ::o. 100 Sieve 2 - 8 Coarse aggregate shall consist of crushed stcne, gavel, or ut.l^_r inert material of s'imilar characteristics, having clean, hard, stro:ic, durable, uncoated pa ticles with not more than five (5) percent by weiuht of soft fragments, one-fourth(;) percent by weight of clay lumps, and one (1) percent by weight of material removed by decantation, except that when the material removed by decantation consists essentially of crusher dirt the maximum amount permitted may be increased to one and one-half (1k) percent by weight. Coarse aggregate may be either of two sizes, l'_ inch and smaller or 3/4 inch and smaller, and shall be graded within the following requirements: PERCENT PASSING BY WEIGHT :-laxi„um size mesh screen (sq. mesh) 97 - 100 Half -maximum size mesh screen (sq. mesh) 40 - 70 ;:o. 4 Sieve 0 - 6 II1-5 CEMENT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTM Designation C 150, Type 1. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cemetn, ASTN Designation C 91. • III -6 WATER: Water for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalies, salt, organic matter, or other deleterious substances. Test specimens of mortar made from the materials and the water to be used shall develop not less than ninety-five (95) percent of the seven (7) day tensile or compressive strength of the same materials and distilled water. 111-7 GATE VALVES: Gate valves shall be iron -bodied, bronze mounted, double disc wedging gate valve designed for a working pressure of 200 psi and a test pressure of 400 psi, and shall conform to specifications of the AWWA. Valves shall have O-ring seals and non -rising stems. Valve shall open left (counter- clockwise) and shall have mechanical joint ends. DS -15 Gate valves or ::h:c Clow model with A, ¶t •b shall `..,e Similar or equal to the Mueller A-2320-20 tc_lo;i anti.-Eriction ring and shall conform to III -o j, - ?O::Es:. All buried pate valves shall be furnished with, suitable cast iron valve boxes . Boxes shall be l.'.io-Piece, type with Buffalo 5`" shaft. 9oxes shall be screw or tvalesc0Dinc complete lid, `..Pe, wit- ncE of ... '?:':ate 1 r.ct:: fcr the installation. Boxes shall be similar or ec__l to ,tueiler H-10360. III -9 FIRE ::YDRAJ,TS: All fire hydrantsshallbe Improved AWWA type fire hydrants cdi t:: a 5's" valve ocening. Nozzle threads shall be National Standard. :.:drams shall open "left" by means of a 1'-d' pentagonal operating nut. ydra.^.t shall be finished with red lead primer only. Hydrants shall be furnished with 6 inch mechanical joint ihlets for cast iron pipe. Bury shall be 42 inches. Hydrants shall be ?:ueller Improved Hydrant No. A-24015, or approved equal. After installation fire hydrant barrels shall be painted with paint containing reflectorized glass beads (3M Company :`:7216 paint, or approved equal). III -10 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR: Gravel for subgrade shall be SB-2 and shall conform to the folic::ing specifications: sI%:E OF SIEVE TOTAL RETAINED PERCENT BY WEIGHT 1'f" 0 1 0 3/411 10 to 50 50 to 75 TOTS, PASSING '0 10 to 30 "2'00 3 to 10 The fraction passing the -200 sieve shall not be greater than two-thirds the fraction passing the 440 sieve. The fraction passing the .:.;D sieve shall have a liquid limit, not greater than twenty-five and a Plasticity index not greater than six. DS -16 III -11 TAP?I`:G i'L':.S: Tapcin j vai•:ds shall be similar in construction to Standard .*alvcs and s"..all have :'J outlets for cast iron pipe. 111-12 TAPPING SLEEVES: TaCpi;:- sleeves shall be %'J for cast iron ripe, similar or ecual to :1ueller H-615. Ta=Wing sleeves shall, with the use of suitable gas::cts, be good for ;•.n;.A Class "C" or "D" pipe, and with Class "B'pipe in the 4 and 6 inch size. 111-13 ASBESTOS CEMENT PIPE: Asbestos cement pipe and couplings shall conform in all respects to XZ-1A C400-75 and shall be Class 200, Type II (sulfate resistant). Asbestos cement pipe shall be installed as described in AWWA C 603. f A tract wire shall be installed along with the asbestos cement ` nice. Fittings for use in connecting Asbestos cement pipe, with the exception of couplings, shall be cast iron. III -14 PLASTIC PIPE: Two inch plastic pipe shall be 200 psi pressure rated and shall have a 2/1 safety factor. Joints shall be the push -on type with integral bell ends. Pipe shall be manufactured in accordance with AWWA <_:.cl7ica Lions. III -15 DUCTILE IRON PIPE FOR WATER MAINS: Ductile Iron Pipe shall conform to the applicable dimensions and weights shown in ANSI A21..51/AWWA C151-76. Minimum standards given below shall apply: NOMINAL PIPE THICKNESS WALL SIZE, INCHES CLASS - THICKNESS (in. 4 51 0.26 6 50 0.25 8 50 0.27 12 50 0.31 The acceptance valves for test specimens shall be as follows: Minimum tensile strength Minimum yield strength Minimum elongation strength 60,000 psi 42,000 psi 10 Ductile iron pipe shall have single rubber -gasket push -on type joints as described in ANSI A21.11/AWWA C111.72. The pipe shall be bituminous coated outside with standard cement lining inside in accordance with AWWA C-104-74/ASA A21.4. DS -17 III -1G FITTINGS: �1 Fl ti ings ;:hall he either Gray iron (230 psi) or Ductile Iron (350 ; i) tdeslgncd in accordance with ?ISIS T-/.� i1'iA C110-77. All fittings shall be mechanical joint conforming in all respects to AISI A-'1.11/Ai 'JA C111. Fittings shall be bituminous coated outside with stcindarci cement lining inside in accordance t::ith ASA A21.4/AWWA C104-71. Ductile iron retainer glands shall be used on fire hydrant branch lines and vertical bends. III -17 ENCASEMENT PIPE: All encasement pipe shall be steel pipe, the size of the encase- ment pipe shall be as indicated on the Plans. The steel pipe shall have a wall thickness of 1/4 inch. DS -l8