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