HomeMy WebLinkAbout37-80 RESOLUTION•
C
RESOLUTION NO. 1/4.37426
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT WITH FRAZIER CONSTRUCTION COMPANY
FOR THE RELOCATION OF SEWER LINES ALONG U.S. HIGHWAY 71
NEAR U.S. HIGHWAY 62 WEST.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
1. That the Mayor and City Clerk are hereby authorized
and directed to execute a contract with Frazier Construction
Company of Fort Smith, Arkansas, for the relocation of sewer
lines along U.S. Highway 71 near U.S. Highway 62 West. A
copy of the contract authorized for construction hereby is
attached hereto, marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this /jtday of
ATTEST:
APPROVED:
1980.
MICROFILMED
CERTIFICATE OF RECORD
OtfSiOdes
C TY LERK State of Arkansas ( SS
City of Fayetteville (
*+.,(SEAL)~ /
I, Bonnie Goering, City Clerk and Ex -Officio
recorder for the City of Fayetteville, do here-
by
errby certify that the annexed or foregoing i;
of record in my office and the same ap-
pears in Ordinance & Resolution book
at page ...it Witness my
hand and seal this — day of
19 9 0
City Clerk and Ex -Officio R^^
CONTRACT
STATE OF ARKANSAS
COUNTY OF WASHINGTON
THIS AGREEMENT made and entered into on this 16th day
day of April ,lg 80 , by and between the City of
Fayetteville, Fayetteville, Arkansas, Party of the First Part, hereinafter
called the Owner, and Fraser Construction Co.
of the City of Ft. Smith, Arkansas
Party of the Second Part, hereinafter called the Contractor.
WITNESSETH: That Whereas, the Owner has called for bids for the
Construction of a Sewer Main Relocation, as set out in these Specifications,
and approved by the Owner, and,
WHEREAS, the Contractor is the best bidder for work hereinafter set out,
pursuant to the published call for bids under Plans and Specifications,
NOW, THEREFORE, the Contractor agrees with the Owner to furnish all
materials, tools, equipment, and labor and complete the necessary work for:
970 feet of 8", 69 feet of 1211,827 feet of 15'1, 148 feet of 16", 245 feet
of 20", 3155 feet of 21", and 1079 feet of 24" sewer pipe, 30 manholes,
highway bores, and other items of construction as shown on the Plans and
as described in the Specifications, for the price shown in the Proposal,
all of which become a part of this Contract, the total sum being
Two Hundred Thirty Two Thousand Seven Hundred Seventy & 45/100 Dollars
($232,770.45) , such sum being the agreed amount upon which bonds
and liabilities are based, and at his own cost and expensefurnish all
supplies, labor, machinery, equipment, tools, supervision, bonds, insurance,
and other accessories and services necessary to complete the said construction
in accordance with the conditions and prices stated in the Proposal attached
hereto and made a part hereof, and in accordance with the General and
Detailed Specifications, and in accordance with the Plans, which includes
all maps, plats, blueprints, and other drawings, and written or printed
explanatory matter thereof.
The Contractor hereby agrees to commence work under this Contract on or
before a date to be specified in written "Notice to Proceed" by the
Owner and to fully complete the project within 120 consecutive calendar
days thereafter. The Contractor further agrees to pay, as liquidated
damages, the sum of $120.0 for each consecutive
calendar day thereafter
The Owner agrees to pay the Contractor in current funds for the performance
of the Contract in accordance with the accepted Proposal therefore, subject
to additions and deductions, as provided in the General and Detailed
Specifications.
111 CLELLAND CONSULTING ENGINEERS , INC.
1
1
1
1
1
1
1
1
i
1
1
1
gam:
1
1
1
1
1
av
•
or
•
•
•r' `'_e event the Contractor abandons the work hereunder or fails, neglects
%r '.-foises to continue the work after ten (10) days written notice, given
-%rtrctor by the Owner or by the Engineer, then the Owner shall have the
-i,n of declaring this contract at an end, in which event, the Owner
:hall not be liable to the Contractor for any work theretofore performed
r'`-f`-%roder, or, of requiring the surety hereto, upon ten (10) days notice,
'•`t7Plcite and carry out the contract of Contractor, and in that event,
./r'er may complete the said contract at its own expense, and maintain an
:tic') against the Contractor and the surety hereto for the actual cost
` Arne, together with any damages or other expense sustained or incurred
LY inner•in completing this contract less the total amount provided for
"ere%nder to be paid Contractor, upon the completion of this contract.
This contract shall be binding upon the heirs, representatives, successors,
`rr ;:signs of the parties hereto, including the surety.
111 'WITNESS WHEREOF, the Owner and Contractor have hereto set their ,han'ds,'.and
seal, respectively.
Contrac
BY
TITLE
BY
(,`
Fraser Construction co. `' ,�
•
/zz,g2i
City of Fayetteville
ayetteville, rkansas
TITLE Mayor
McCLELLAND CONSULTING ENGINEERS , INC
Contract - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIFICATIONS
FOR
SEWER MAIN RELOCATION
IN THE VICINITY
OF
THE INTERSECTION OF
US 62 WEST AND US 71 BYPASS
FAYETTEVILLE, ARKANSAS
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PROJECT NO. 79-170
JANUARY 1980
McClelland Consulting Engineers, Inc.
Fayetteville, Arkansas
ADDENDUM NO. 1
to
SPECIFICATION AND PLANS FOR SEWER MAIN RELOCATION
IN THE VICINITY OF
THE INTERSECTION OF
US 62 WEST AND US 71 BYPASS
FAYETTEVILLE, ARKANSAS
March 12, 1980
1. Refer to Detailed Specifications Section 15 "Sewer Pipe". The
Ductile Iron Pipe to be used on this job shall be Class 50.
2. Refer to Proposal page number 5. The addition to page 5 is a place
for the bidder to acknowledge the respective addendums.
The bidder shall indicate on the proposal form the receipt of
the Addendum No. 1 and understanding of this addendum.
ADDENDUM NO. 2
TO
SPECIFICATIONS AND PLANS FOR SEWER MAIN RELOCATION
IN THE VICINITY OF
THE INTERSECTION OF
US 62 WEST AND US 71 BYPASS
FAYETTEVILLE, ARKANSAS
March 25, 1980
1. Refer to Sheet 4 of Proposal Schedule for Total Bid
with Alternate 'B' the bid items should read
(1 thru 6, 7b, 8b, and 9;thru 22).
2. Refer to Sheet 3 of the Plans for the 21 -inch interceptor.
The Contractor shall install trench shoring from STA 16+91
to STA 17+41 in the vicinity of the SW corner of Sines Body
Shop. Further, the Contractor shall be responsible for
any and all damage to the SW corner of the aforementioned
building resulting from installation of the sewer line.
The shoring shall be considered subsidiary to the laying
the sewer line. Also the sewer trench between STA 16+91
and STA 17+41 shall be filled with compacted crush stone
material (SB -2). This cost shall be under Item 12 of
the Proposal.
The bidder shall indicate on the Proposal form the receipt of
Addendum No. 2 and understanding of this Addendum.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INDEX TO SPECIFICATIONS
TITLE SECTION
Notice to Contractors I
Instructions to Bidders II
Proposal III
Equal Opportunity Certification IV
Contract V
Performance and Payment Bond VI
General Provisions VII
General Specifications (Water & Sewer Pipe
Laying) VIII
Detailed Specifications IX
Federal Wage Determination X
State Wage Determination XI
Appendix XII
McCLELLAND CONSULTING ENGINEERS , INC
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
NOTICE TO CONTRACTORS
McCLELLANO CONSULTING ENGINEERS , INC.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
NOTICE TO CONTRACTORS
Notice is hereby given that in pursuance to an order of the. Board of
Directors of the City of Fayetteville, Fayetteville, Arkansas, sealed bids
will be received at the office of the City Manager, Fayetteville, Arkansas,
until 2:00 pm , on March 28, 1980 , for the furnishing of all
tools and labor, and performing the necessary work to be done in constructing
a sewer main relocation in the vicinity of US 62 West and US 71 Bypass,
Fayetteville, Arkansas
The work shall consist of laying 970 feet of 8", 69 feet of 12", 827 feet of
15", 148 feet of 16", 245 feet of 20", 3155 feet of 21", and 1079 feet of
24" sewer pipe. Also included in the work is the construction of 30 manholes,
several highway bores, and related appurtenances.
The location of the work is set out in the plans and specifications on file
in the office of McClelland Consulting Engineers, Inc., 1810 North College,
P. 0. Box 1229, of Fayetteville, Arkansas. All bids will be opened in the
Board of Directors Room, City Administration Building, Fayetteville, Arkansas,
at 2:00 pm on March 28, 1980
All necessary work, material and every item of construction shall be in
accordance with the plans and specifications as prepared by the Engineer.
Copies of the documents may be obtained from the office of the Engineer upon
the payment of the sum of twenty-five dollars ($25.00), said payment not
being refundable. Pertinent information and the detailed specifications will
be furnished to suppliers at cost of reproduction.
The contractors shall make such inspection and studies of the site of the
work as to thoroughly familiarize themselves with all conditions to be
encountered.
Each bid must be accompanied by a surety bond inthe amount equal to five
percent (5%) of the whole bid, said bond to be issued by a surety company
licensed to do business in the State of Arkansas, said bond to be retained
as liquidated damages in case successful bidder fails, neglects, or refuses
to enter into the contract for the construction of said works, and furnish
the necessary bonds within ten (10) days from and after the date the award
is made.
The successful bidder will be required to furnish a performance and payment
bond, in favor of the City of Fayetteville, Arkansas, in an amount equal to
one hundred percent (100%) of the contract amount, at the time of the award
of the contract.
The Board of Directors reserves the right to reject any and all bids, and to
waive any formalities deemed to be in the best interest of the City.
M CLELLAND CONSULTING ENGINEERS , MC.--
Notice is hereby given that the City of Fayetteville is an Equal Opportunity
Employer.
The proposed contract is under and subject to Executive Order 11246 of
September 24, 1965, and to the Equal Opportunity Clause contained in the
specifications.
The successful bidder will be required to submit a Certification of Non-
segregated Facilities prior to award of the contract, and to notify
prospective subcontractors of the requirement for such a Certification where
the subcontract exceeds $10,000. Samples of the Certification and the
Notice to Subcontractors appear in the specifications.
The attention of all bidders is called to the fact that any contractor or
subcontractor on this project having 50 or more employees and who may be
awarded a,contract or subcontract of $50,000 or more will be required to
maintain an Affirmative Action Program within 120 days of commencement of
the contract.
Women will be afforded equal opportunity in all areas of employment. How-
ever, the employment of women shall not diminish the standards or
requirements for employment of minorities.
The Bidder (proposer) must supply all the information required by the bid
or proposal form.
Attention is called to the fact that not less than the minimum salaries
and wages as set forth in the Contract Documents must be paid on this
project.
Dated this 6th day of March , 1980.
Sturman Mackey
Purchasing Agent
City of Fayetteville
Fayetteville, Arkansas
Notice to Contractors -
N CLELLAND CONSULTING ENGINEERS , INCA
INSTRUCTIONS TO BIDDERS
McCLELLAND CONSULTING ENGINEERS , INC
INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the
plans, profiles, specifications and estimates of the Engineer on file
in the office of the official as set out in the "Notice to Contractors,"
shall constitute all of the information which the Owner shall furnish.
No other information given, or sendings made by the Owner or any official
thereof, prior to the execution of said contract, shall ever become a
part of, or change the contract, plans, profiles, specifications and
estimates, or be binding to the Owner. But bidders are required, prior
to submitting any bid, to read carefully the specifications, contract
and bonds, to examine carefully all plans, profiles, and estimates on file
with the official as set out in the "Notice to Contractors," to visit
the site of the work to examine carefully local conditions, to inform
themselves by their independent research and soundings of the difficulties
to be encountered, and to judge for themselves the accessibility of
the work and the quantities and character of the materials to be encountered
and all attending circumstances affecting the cost of doing the work and
the time specified for its completion; and to obtain all information
required to make an intelligent bid.
Bidders shall rely exclusively upon their surveys, estimates, investigations,
soundings and other things which are necessary for full and complete
information upon which the bid will be based. The bid shall contain a state-
ment that all bids are made with the full knowledge of the difficulties
and conditions that may be encountered, the kind, quantity and quality
of the plans, work to be done, excavation, and materials required, and
with full knowledge of the plans, profiles, specifications and estimates
and all provisions of the contract and bonds. Failure of any bid to
contain such a statement may be held to be sufficient reason for rejecting
the bid.
2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of
quantities, approved by the Owner, and on file in the office of the official
as set out in the "Notice to Contractors," is approximate only, and shall
be the basis for receiving unit price bids for each item, but shall not be
considered by the bidders as the actual quantities that may be required for
the completion of the proposed work. Such quantities, however, at the unit
price bid for each item, shall determine the amount of each bid for com-
parison of bids, and determine the low bidders for the purpose of awarding
the contract, and will be used as a basis for fixing the amount of the
required bonds.
3. FAMILIARITY WITH LAWS, ETC. The bidder is presumed to be familiar with
all state and city laws, ordinances and regulations which in any manner
affect those engaged or employed in the work, or the materials or equipment
used, or in any way affecting the work, and shall in all respects comply
with said laws, ordinances and regulations. No claim of misunderstanding
or ignorance on the part of the contractor will in any way serve to modify
the provisions of the contract. No representations shall be binding unless
embodied in the contract.
Mc..LELLAND CONSULTING ENGINEERS , INC
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Instructions to Bidders - 2
4. BIDS AND BIDDING FORMS. Bids must be made out in ink on the PROPOSAL
SCHEDULE included in Section -III of these plans and specifications. All bids
shall be sealed and filed as provided in the "Notice to Contractors". No
bidder shall divulge the information in said sealed bid to any person whomso-
ever, except those having a partnership or other financial interest with him
in said bid, until after the sealed bids have been opened.
Bids which are incomplete, unbalanced, conditional, or obscure, or which
contain additions not called for, erasures, alterations or irregularities
of any kind, or which do not comply with the "Instructions to Bidders" may
be rejected as informal at the option of the Owner. However, the Owner
reserves the right to waive technicalities as to changes, alterations or
revisions and to make the award in the best interest of the Owner.
All papers bound with or attached to the Proposal Schedule are necessary
parts thereof, and must not be detached.
A copy of the plans, profiles, specifications, and bid forms may be
obtained as provided in the "Notice to Contractors."
5. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit
price for every item of work named in the Engineer's estimate of quantities
of work to be done, approved by the Owner and on file in the office of the
official as set out in the "Notice to Contractors." Each bidder shall
include in the unit prices named in his bid the furnishing of all labor,
materials, tools, equipment and apparatus of every description to construct,
erect and finish completely all the work as called for in the specifications
or shown in the plans.
The price bid for the items must be stated in figures and in words in the
appropriate blank spaces provided on the bidding forms. Such figures must
be clear and distinctly legible so that no question can arise as to their
intent or meaning. In case of a difference in the written words and figures
in a proposal, the amount stated in the written words and figures in a
proposal, the amount stated in the written words shall govern. Unit prices
bid and totals shown in the proposal shall not include any of the costs of
engineering, advertising, printing, and appraising.
6. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the
various items in the proposal shall bear a fair relationship to_the cost of
the work to be done. Bids which appear unbalanced and deemed not to be in
the best interest of the Owner may be rejected at the discretion of the
Owner.
7. SIGNATURE ON BIDS. If the bid is made by an individual, his name must
be signed by him or his duly authorized agent, and his post office address
given. If the bid is made by a firm or partnership, the name and post office
address of each member must be given, and the bid signed by a member of the
firm or partnership, or a person duly authorized. If the bid is made by a
company or corporation, the company or corporate name and the state under
the laws of which said company or corporation is chartered, and the business
address must be given, and the bid signed by an officer or agent duly
authorized.
NC"LELLAND CONSULTING ENGINEERS , INC
Instructions to Bidders - 3
Power of attorney, properly certified, for agents and others to sign bids
must be in writing and filed with the Owner.
8. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. Each bidder shall furnish
the Owner with satisfactory evidence of his competence to perform the work
contemplated. The Owner reserves the right to reject a bid if the bidder has
not submitted a statement of his qualifications prior to the date of the
opening of the bids.
Bidders who are filling in a bid for the first time with the Owner must submit
their qualifications prior to the time of the opening of the bids. In making
application to be placed on the qualified list, the bidders will be required
to furnish a statement covering experience on similar work, a list of
machinery, plant, other equipment available for the proposed work, and a
statement of financial resources, dated within thirty (30) days prior to the
date of the opening of the bids. The Owner reserves the right to make such
investigations of information submitted as is deemed necessary, before a
rating is given and to disqualify any contractor from bidding if deemed in the
best interest of the Owner.
With each financial statement filed with the Owner, as hereinafter outlined,
the bidder shall also submit a statement relating to his experience in
performing construction work similar to that for which he is offering a
proposal. He shall also file with the Owner a statement relating to the
amount and condition of his equipment as often as may be required by the
Owner. ' Both the experience and equipment statements herein referred to shall
be submitted in a manner acceptable to the Owner.
Where required by state laws, the bidders shall be licensed according to
the requirements of such laws. In case contractors are required to be
licensed, they shall note their license number on the outside of their
proposal.
9. BIDDING BONDS. Each bid must be accompanied by a bidder's surety bond
issued by a company licensed to do business in the State in the sum of five
per cent (5%) of the amount of the bid, made payable to the Owner as a
guarantee that a contract will be entered into and the required bonds fur-
nished within the required time, in the event of the award of a contract.
10. WITHDRAWAL OF BIDS. Permission will not be granted to withdraw or
modify any bid after it has been filed. Requests for non -consideration of
bids must be made in writing, addressed to the governing body of the Owner,
and filed with the representative of the Owner designated to receive the
bids before the expiration of the time limit for opening bids. After other
bids are opened and read, the bid for which withdrawal is requested will be
returned unopened.
11. DISfUALIFICATION OF BIDDERS. Any one or more of the following causes
may be considered as sufficient for the disqualification of bidders and the
rejection of their bid or bids:
AIcCLELLAND CONSULTING ENGINEERS , IkC
Instructions to Bidders - 4
More than one proposal for the same work from an individual firm, part-
nership, or corporation under the same or different names.
Evidence of collusion among bidders. Participants in such collusion
may receive no recognition as bidders for any future work.
Unbalanced proposals in which the prices for some items are out of
proportion to the prices for other items.
Failure to submit a unit price for each item of work for which a bid
price is required by the Proposal.
Lack of competency as revealed by the financial statement, experience,
plant and equipment statements submitted.
Lack of responsibility as shown by past work ,fudged from the standpoint
of workmanship and progress.
Uncompleted work, which in the judgment of the Owner, might hinder or
prevent the prompt completion of additional work if awarded.
For being in arrears on existing contracts, in litigation with the
Owner, or having defaulted on a previous contract.
12. CONSIDERATION OF PROPOSALS. After the proposals are opened and read,
the quantities will be extended and totaled in accordance with the bid prices
of the accepted proposals, and the results of the prices will be made public.
Until the final award of the contract, the Owner reserves the right to reject
any or all proposals, to waive technicalities and to advertise for new pro-
posals, or to proceed to do the work otherwise when the best interests of the
Owner will be promoted thereby.
13. RIGHT TO REJECT BIDS. The Owner reserves the right to reject any and
all bids. All bids are subject to this reservation, and the Owner reserves
to itself the right to decide which bid shall be deemed the lowest and best.
Due consideration will be given to the reputation, financial ability, exper-
ience and equipment of the bidder.
No bids received in the office of the official as set out in the "Notice to
Contractors" after the time for filing, as advertised, will be considered.
However, bids mailed from a post office other than that of the Owner and
arriving in the Owner's post office before the time for receiving of bids
and actually delivered to the office designated to receive the bids, before
the hour for opening of bids, shall be judged to have been received in time
for filing and shall be considered.
14. FORFEITURE OF BIDDING BOND. The person or persons, partnership, com-
pany, firm or corporation to which the contract is awarded shall, within ten
(10) days after such contract is awarded, execute and deliver the contract
as required; such bonds to be executed and approved prior to the execution
of the contract by the Owner. The Owner reserves the right to grant the
Contractor such extension of time in executing the contract as it deems
NcCLELLANO CONSULTING ENGINEERS , INC
Instructions to Bidders - 5
necessary in the interest of the Owner. Any applications for extension of
time shall be made by the Contractor in writing and signed by proper officials
The inclusion of this provision, whereby extension of time in signing the
contract and submission of bonds may be granted, in no way obligates the Owner
to act upon any application unless it sees fit to do so.
Upon failure of the bidder to execute said bonds and contract within the
specified time after the contract is awarded, the bid by the Contractor will
be considered to have been abandoned and the Owner may ask for new bids.
By reason of the uncertainty of the market prices of materials and of damages
and expenses which the Owner might incur by reason of said Bidder's failure
to execute said bonds and contracts within said specified time, the bid bond
accompanying the bid shall be the agreed amount of damages which the Owner
will suffer by reason of such failure upon the part of the bidder, and shall
thereupon immediately be forfeited to the Owner. The filing of a bid under
these instructions shall be considered as acceptance of this provision.
15. RETURN OF BIDDER'S BOND. Bonds deposited with bids will be returned
to the bidders as soon as the contract is awarded, except the bond of the
successful bidder, which will be returned after the contract is executed
and the bonds approved. Unless the Owner has a good reason to hold bidding
bonds, the bonds of all except the three low bidders will be returned as
soon as the bids have been considered.
16. AWARDING OF CONTRACT. The Owner reserves the right to withhold the
awarding of a contract a reasonable period of time from the date of opening
bids, said length of time not to exceed sixty (60) days except with the
consent of the bidder. The awarding of a contract upon a successful bid
shall give the bidder no right of action or claim against the Owner upon
such contract until the same shall have been reduced to writing and duly
signed by the contracting parties. The letting of a contract shall not be
complete until the contract is duly executed and the necessary bonds approved.
17. INSURANCE AND BONDS. The successful bidder will be required to carry
all such workmen's compensation, property damage, public liability insurance
as may be required under the laws of the state.
The Contractor shall execute and furnish a bond in the amount of one hundred
per cent (100%) of the contract price conditioned on the faithful performance
of the work covered by the contract and further conditioned that the surety
under the bond be liable for the payment of all materials, labor, equipment
and other items of cost as set out under the provisions of Act No. 209 or
Acts of 1957.
If any bond or insurance contracted for becomes unsatisfactory or unacceptable
to the Owner after the acceptance and approval thereof, the Contractor shall
promptly, upon being notified to that effect, execute and furnish acceptable
bonds and/or insurance in the amounts herein specified. Upon presentation
of acceptable bonds and/or insurance, the unsatisfactory bonds or insurance
may be cancelled at the discretion of the Contractor.
IMPORTANT NOTE: Insurance certificates furnished by the contractor and/or
sub-contractor(s) shall include the Engineer and the Owner as Additional
Insureds for public liability, fleet liability, property damage and special
hazards coverage.
McCLELLANO CONSULTING ENGINEERS , INC
Instructions to Bidders - 6
The Contractor shall not commence work under this contract until he has
obtained all the insurance required under this paragraph and such insu-
rance has been approved by the Owner, nor shall the Contractor allow any
subcontractor to commence work on his subcontract until the insurance
required of the subcontractor has been so obtained and approved.
(a) Compensation Insurance: The Contractor shall procure and shall main-
tain during the life of this contract Workmen's Compensation Insurance
as required by applicable State law for all of his employees to be
engaged in work at the site of the project under this contract and,
in case of any such work sublet, the Contractor shall require the
subcontractor similarly to provide Workmen's Compensation Insurance
for all of the latter's employees to be engaged in such work unless
such employees are covered by the protection afforded by the Con-
tractor's Workmen's Compensation Insurance. In case any class of
employees engaged in hazardous work on the project under this contract
is not protected under the Workmen's Compensation Statute, the Con-
tractor shall provide and shall cause each subcontractor to provide
adequate employer's liability insurance for the protection of such
of his employees as are not otherwise protected.
(b) Contractor's and Sub -Contractor's Public Liability and Property
Damage Insurance and Vehicle Liability Insurance: Contractor's
Public Liability Insurance and Vehicle Liability Insurance shall be in
an amount not less than $300,000 for injuries, including accidental
death, to any one person, and subject to the same limit for each
person, in an amount not less than $500,000 on account of one acci-
dent, and Contractor's Property Damage Insurance in an amount not less
than $100,000 per accident and $300,000 aggregate.
The Contractor shall either (1) require each of his subcontractors to
procure and to maintain during the life of his subcontract, Subcon-
tractor's Public Liability and Property Damage of the type and in the
same ,.mounts as specified in the preceding paragraph, or (2) insure
the activities of his subcontractors in his own policy.
(c) Owner's Protective Public Liability and Property Damage Insurance:
The Contractor shall take out and maintain during the life of this
contract such public liability and property damage insurance as shall
protect the Owner and his agents from claims for damage for personal
injury, including accidental death, as well as from any claims for
property damages, which may arise from operations under this contract,
whether such operations be by himself or by any subcontractor or
by anyone directly or indirectly employed by either of them, and the
limits of such insurance shall be as shown in subparagraph b above.
7h? Engineers shall be named as an additional insured under the policy.
It is agreed that such insurance as is afforded by the Policy for
Bddily Injury Liability and for Property Damage Liability applied,
subject to the following provision:
(1) The unqualified word "insured" also includes any
architect, engineer or surveyor engaged by the named insured but
only with respect to liability arising out of the premises of the
named insured.
MCCLELLANo CONSULTING ENGINEERS , INC
Instructions to Bidders - 7
(2) The insurance with respect to said architects, engineers or
surveyors does not apply to injury, sickness, disease, death or destruc-
tion arising out of defects in maps, plans, designs or specifications
prepared, acquired or used by said architects, engineers or surveyors.
(d) Scope of Insurance and Special Hazards: The insurance required under
subparagraphs (b) and (c) hereof shall provide adequate protection for
the Contractor and his subcont'ractors, respectively, against damage
claims which may arise from operations under this contract, whether
such operations be by the insured or by any one directly or indirectly
employed by him and, also against any of the special hazards which may
be encountered in the performance of this contract as enumerated below:
(1) Dynamiting; and (2) Damage to underground facilities.
(e) Builder's Risk Insurance (Fire and Extended Coverage): The Contractor
shall procure and shall maintain during the life of this contract
Builder's Risk Insurance (Fire and Extended Coverage) on a 100 per cent
(100%) completed value basis on the insurable portion of the project.
The owner, the contractor, and subcontractors (as their interests may
appear) shall be named as the Insured.
Proof of Carriage of Insurance: The Contractor shall furnish the owner
with certificates showing the type, amount, class of operations covered,
effective dates and dates of expiration of policies. Such certificates
shall also contain substantially the following statements: "The
insurance covered by this certificate will not be cancelled or materi-
ally altered, except after ten (10) days written notice has
been received by the Owner. SEE IMPORTANT NOTE, above.
The above named limits shall be operative except where, in the opinion
of the Engineer, the character of the work and hazards involved warrant
the establishment of greater coverage. The Contractor shall furnish the
Owner with duplicate copies of all policies of certificates from insuring
agencies as evidence that these requirements have been satisfied.
All bonds must be executed by a surety company licensed to do business
in the State of Arkansas, and acceptable to the Owner. The final ac-
ceptance of the construction work by the Owner shall not bar the right
of any person damaged or injured by reason of any act of ommission or
commission of the Contractor, or of the failure of the Contractor to
fully perform all the terms of his contract from maintaining in action
against the Contractor, and shall not release the Contractor from any of
the obligations assumed under these specifications or contract.
18. SUB -CONTRACTORS. The Contractor shall not assign or sublet all or
any part of this contract without the prior written approval of the
Owner, nor shall the Contractor allow such sub -contractor to commence
work until he has provided and obtained approval of such compensation
and public liability insurance as may be requried under the laws of the
state. The approval of such sub -contract by the Owner will in no
manner release the Contractor from any of his obligations as set out
in the plans, specifications, contract and bonds.
19. LABOR LAWS. The Contractor shall abide by all state and Federal
laws governing labor. (Also see General Conditions)
McCLELLAND CONSULTING ENGINEERS , INC.'
(f)
Instructions to Bidders - 8
20. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used
in the construction of the project shall be subject to adequate inspection
and testing in accordance with accepted standards. The laboratory or inspec-
tion agency shall be selected by the Owner. The Owner will pay for all
laboratory inspection service direct, and not as a part of the contract, unless
otherwise specifically stated hereafter in these specifications.
Materials of construction, particularly those upon which the strength and
durability of the structure may depend, shall be subject to inspection and
testing to establish conformance with the specifications and suitability for
uses intended.
21. "OR EQUAL" CLAUSE. Whenever a material or article required is specified
or shown on the plans by using the name of the proprietary product or of a
particular manufacturer or vendor, any material or article which will perform
adequately the duties imposed by the general design will be considered equal
and satisfactory providing the material or article so proposed is of equal
substance and function in the Engineer's opinion. It shall not be purchased
or installed without his written approval.
AIcCLELLAND CONSULTING ENGINEERS , INC
PROPOSAL
McCLELLAND CONSULTING ENGINEERS , INC
PROPOSAL
FOR
US 62 WEST AND US 71 BYPASS
SEWER MAIN RELOCATION
1
CITY OF FAYETTEVILLE
Fayetteville, Arkansas
' Plans No. 79-170
DATED: January 1980
TO: Board of Directors
City of Fayetteville
Fayetteville, Arkansas
' Gentlemen:
The undersigned Cleburne Smith
of Fraser Construction Company, 7110 Rogers Ave., Ft. Smith. Ark. ,states
' that he has carefully examined the plans; profiles, specifications, maps,
and drawings on. file in the Office of McClelland Consulting Engineers, Inc.,
Fayetteville, Arkansas, relative to the proposed Sewer Main Relocation,
• as set out in the title of this Proposal; -that heisfamiliar with
the same and understands each and all; has examined the location
and site; that all bids are made with the knowledge of the diffi-
calties and conditions that may be encountered; the kind, quantity
'
and quality of the plans, work to be done, excavation, equipment and
materials required, and with the full knowledge of the plans, profiles,
specifications, and estimates and all provisions of the contract and bonds;
that this Proposal is made without collusion on the part of any person,
firm or corporation, and that he has not divulged the information con-
tained in the Proposal to any person whomsoever, except those having a
partnership or other financial interest with him in the Proposal. He
further states that he will enter into a contract to construct said
improvements in accordance with the specifications, and have same com-
pleted in accordance with the specifications, and have same completed
within 120 calendar days from the date of the Notice to Proceed for the
unit and lump sum prices as set out in the bid. The Bidder further states
that he is aware of the Liquidated Damages Clause in the Contract.
MCCLELLAND CONSULTING ENGINEERS , INC.
PROPOSAL SCHEDULE
ITEM
UNIT
NO.
QUANTITY
ITEM
PRICE
EXTENDED
1.
970
LE
8"
ABS Truss Pipe
$ 10.75 /LF
Ten Dollars
and
Seventy Five
Cents
$ 10,427.50
2.
827
LF
15"
ABS Truss Pipe
$ 19.25 /LF
Nineteen
Dollars
and Twenty Five Cents
$ 15.919.75
3.
69
LF
12"
Ductile Iron Pipe
$ 18.65 /LF
Fighteen
Dollars
and Sixty Five
Cents
$ 1.286.85
4.
148
LF
16"
Ductile Iron Pipe
$23.50._/LF
Twenty
Three
Dollars and Fifty
.. is
$ 3,478.00
5.
245
LF
20"
Ductile Iron Pipe
$ zscn /LF
Twenty
Fight
Dnllars and Fifty
Cents
$ 6,82.50
6.
200
LF
24"
Ductile Iron Pipe
$ 33_gp /LF
Thirty
Three
Dollars and Fighty
Cents
$ 6.,0O0
7.
3155
LF
21"
Clay Pipe
$ 25.75 /LF
Twen
y Five
Dollars
and Seventy
Five Cents
$ 81,241.25
8.
879
LF
24"
Clay Pipe
$ 31.00 - /LF
Thirty
On
Dollars
Even
$ 27,249.00
9.
30
EA.
Manholes
(6' maximum)
$ 6SO,OO /EA
Fven
$ 19,500.00
Six Hundred
Fifty
Dollars
10.
40
EA.
2'
Manhole Extensions
units
over 6'
$ 92.00 /EA
Ninety Two
Dollars Even
$ 3,680.00
Proposal - 2
LLAND CONSULTING ENGINEERS , INC
ITEM
NO. QUANTITY ITEM
11. 50 CV Rock Excavation
Sixteen Dollars Even
UNIT
PRICE-
$ 16.00 ICY
EXTENDED
$ 800:00'x.;
12.
270 Tons
Special Backfill
$ 10.50 /T
Ten Dollars and Fifty Cents
$2,835.00
13.
1 EA.
36" Highway Crossing
Bored Casing
$19,610.00 /EA
Ninteen Thousand Six Hundred
Ten Dollars
$ 19,610.00
14.
1 EA.
24" Highway Crossing
Bored Casing
$10,185.00/EA
Ten Thousand One Hundred
Eighty Five Dollars Even
$ 10,185.00
15.
1 EA.
30" Street Crossing
Bored Casing
$4,320.00/EA
Four Thousand Three Hundred
Twenty Dollars Even
$ 4,320.00
16.
145 LF
Concrete Pipe Encasement
$ 60.15 /LF
Sixty Dollars and Fifteen Cents
$ 8,721.75
17.
Lump Sum
Brush Clearing & Removal
$1 50o.00/LS
One Thousand Five Hundred Dollars Even
$ 1500.00
18.
Lump Sum
Seeding
$1.600.00/LS
One Thousand Six Hundred Dollars Even
$ 1,600.00
19.
3 EA.
Manhole Removal
$30.00/EA
Six Hundred Thirty Dollars Even
$ 1,890.00
20.
75 LF
24" Corrugated Galvanized
Metal Pipe (Asphalt
Coated)
$ 35.00 /LF
Thirty Five Dollars Even
$ 2,625.00
21.
85 LF
36" Corrugated Galvanized
Metal Pipe (Asphalt
Coated)
$ 50.00 /LF
Fifty Dollars Even
$ 4,250.00'
Proposal - 3
MCCLELLAND
CONSULTING ENGINEERS , INC
I
I
1
1
I
I
1
ITEM
NO. QUANTITY ITEM
22. 80 SY Asphalt repair
Twenty Five Dollars Even
TOTAL BID (items 1 thru 22)
ALTERNATE 'A' BID ITEMS
la 970 LF 8° Clay Pipe
Nine Dollars and Ninety Cents.
2a 827 LF 15° Clay Pipe
Fifteen Dollars and Thirty Cents
UNIT
PRICE EXTENDED
$ 25.00 /SY
$ 2,000.00
$ 236,861.60
$ 9.90 /LF
$ 9,603.00
$ 15.30 /LF
TOTAL BID WITH ALTERNATE 'A'
(items la, 2a, and 3 thru 22) $ 232,770.45
ALTERNATE 'B' BID ITEMS
$ 12,653.10
7b 3155 LF 20" Ductile Iron Pipe $ 28.50 /LF
Twenty Eight Dollars and Fifty Cents $89 Q17 SD
8b 879 LF 24" Ductile Iron Pipe $ 33:80 /LF
Thirty Three Dollars and Eighty Cents $ 29,710_71)
TOTAL BID WITH ALTERNATE 'B'
(items 1 thru 5, 7b, 8b, and 9 thru 22) $ 247999 p5
ALTERNATE 'C' BID ITEM
2c 827 LF 12" ABS Truss Pipe $ 15.00 /LF
Fifteen Dollars Even $ 12,405.00
ALTERNATE 'D' BID ITEM
2d 827 LF 12" Clay Pipe $ 12.50 /LF
Twelve Dollars and Fifty Cents $ 10,337.50
CLELLAND CONSULTING ENGINEERS , INC
Proposal - 4
I
The Bidder (Proposer) shall complete the following statement by checking the
appropriate boxes.
' The Bidder (Proposer) has (x) has not ( ) participated in a previous
contract subject to equal opportunity clause prescribed by Executive Order
10925, or Executive Order 11114, or Executive Order 11246.
The Bidder (Proposer) has (x) has not ( ) submitted all compliance reports
in connection with any such contract due under the applicable filing re-
' quirements; and that representations indicating submission of required com-
pliance reports signed by proposed subcontractors will be obtained prior to
award of subcontracts.
' If the Bidder (Proposer) has participated in a previous contract subject
to the equal opportunity clause and has not submitted compliance reports due
' under applicable filing requirements, the Bidder (Proposer) shall submit a
compliance report on Standard Form 100, "Employee Information Report EEO -1"
prior to the award of contract.
' Standard Form 100 is normally furnished contractors annually, based on a
mailing list currently maintained by the Joint Reporting Committee. In the
event a contractor has not received the form, he may obtain it by writing
Ito the following address:
Joint Reporting Committee
100 G Street
'
Washington, D. C. 20506
Enclosed herewith is a bid bond for 5% of Bid
' dollars ($ 5% of Bid which we agree the Owner may cash
and retain as liquidated damages in the event of our failure to enter into
contract for the work covered by this proposal, provided the contract is
' awarded to us within sixty (60) days from the date fixed for the opening of
bids and we fail to execute the required bonds as called for in the
specifications within ten (10) days after execution of the contract.
' Receipt of the following addenda to the plans, specifications and proposal
is hereby acknowledged No. -1 2
and such addenda are attached ereto and made a
part hereof.
Dated at 10 a.m. , this 28th day
' of March , 1980.
Respectfully submitted,
' Fraser Construction Company
' By S/Cleburn Smith, Vice President
(Seal, if Corporation)
Proposal.- 5
Member of Company if partnership
McCLELLAND CONSULTING ENGINEERS , INCA
' MMMI NGMSUMLTYGOMPMAT
OF A L A D I N G, PENNSYLVANIA - I'
' THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
I. as Principal, hereinafter called the Principal, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA,
CNA PLAZA, CHICAGO, ILL. 60685
' a corporation duly organized under the laws of the COMMONWEALTH OF PENNSYLVANIA as Surety, hereinafter called the Surety,
are held and firmly bound unto
' as Obligee, hereinafter called the Obligee, in the sum of
o, 4 /770 Jl7' i
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 C/ S G 7 tic/PS i a4 N''' C/ S. 7/
H
I
II
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 orContract 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 such Contract and give such bond or bonds, if the
Principal shall ppaay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount forwhlch the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this
obligation shall be null and boil, otherwise to remain in full force and effect
Signed and sealed this day of
I
'/-
(PriMipal) (Seal) .
(Title) n •
'II,i
• AIA • a FEBRUARY 1970 ED
WASHINGTON, D. c. 20006
AMERICAN CASUALTY COMPANY
OF READING. PENNSYLVANIA
(Surety)
C24rr 7C
(Title) <G7%Lrj' _ •��.
RICAN INSTITUTE OF /
£ 232484 -
' American Casualty Company
of Reading, Pennsylvania
ICNA
' Offices/Chlcago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know
All Men by these Presents, That
AMERICAN CASUALTY COMPANY OF
REAL
organized
and existing under the laws of the
Commonwealth of Pennsylvania, and
having
and State
of Illinois, does hereby make, constitute
and appoint William Gott,
In,
IA, a corporation duty
in the City of Chicago,
'of Fart Smith, Arkansas
its true and lawful Attorney -in -Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, under-
takings and other obligatory instruments of similar nature as follows:
Without Limitations
and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such
instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all
' the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company:
"Article VI — Execution of Obligations and Appointment of Attorney -in -Fact
' Section 2. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by written
certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and
other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates
of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
' seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and
authority previously given to any attorney.in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 11th day of November, 1966:
' "Resolved, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on
any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or cer-
tificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and
sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Company."
In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be signed by
its Vice President and its corporate seal to be hereto affixed this-25thday of January , 19_-_78 .
AMERICAN CASUALTY Y OF READING, PENNSYLVANIA
',.Wr'°yrro
State of Illinois 1 atT n 8
Countyof Cook f ss nor
I. Vice President.
all
On this — 25th day of anuar 19 78 before me personally came
' R. J. Wall to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of
Western Springs State of Illinois; that he is a Vice -President of AMERICAN CASUALTY COMPANY OF READING, PENN-
SYLVANIA, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that
the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by:the Board of Direc-
tors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed
' of said corporation.
�tLtA yFr
� MOt�ftT �f.
' _ :°��uftr -_Notary Public.
Virginia lson
CERTIFICATE My Commission Expires June 18, 1979
1, T. F. Doyle , Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA,
'do certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 2 of Article VI of the
By -Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In
testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this day of
„rpavrr�
T. F Doyle Assistant Secretary.
8.23142.8
1
r1
I
I
I
fJ
I
L
C
I
J
11
I
EQUAL OPPORTUNITY CERTIFICATION
I
CLELLAND CONSULTING ENGINEERS , INC
I
I
L
' CERTIFICATION OF BIDDER RELARDMG
EQUAL EMPLOYhff2�T OPFORTUNn'Y
00TERAL
BIDDERS BANE Fraser Construction Company
' ADDRESS P.O. Box 717, Ft. Smith, Arkansas 72902
INTERNAL REVENUE SERVICE EhTIQYER IDENTIFICATION NUMEFn 71-0216755
' NONSEGREGATED FACILITIES
NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION COn7TRACTORS:
' (1) A Certification of Nonsegregated Facilities must be submitted
prior to the award of a federally assisted construction contract
exceeding $10,000 which is not exezpt frcm the provisions of
the equal opportunity clause.
(2) Contractors receiving federally assisted construction contract
' awards exceeding 410,000 which are not exercpt froth the provisions
of the equal opportunity clause will be required to provide for
the forwarding of the following notice to prospective sub-
' contractors for supplies and construction contracts where the
subcontracts exceed $10,000 and are not exempt from the pro-
visions of the equal opportunity clause. NOTE: The penalty
for making statements in offers is prescribed in 18 U.S.C. 1001..
' NOTICE TO PROSPECTIVE SU1 0NTRACTORS OF REYUIRE 2fP FOR CERTIFICATION ON
NONSEGREGATED FACILITIES:.
' (1) A Certification of Nonsegregated Facilities must be submitted
prior to the award of a subcontract exceeding $10,000 which is
not exempt from the provisions of the equal opportunity clause.
(2) Contractors receiving subcontract awards exceeding $10,000 which
are not exert from the provisions of the equal opportunity
' caluce will be required to provide for the forwarding of this
notice to prospective subcontractors for supplies and constric-
tion contracts where the subcontracts exceed $10,000 and are
' not exempt from the provisions of the equal opportunity clause.
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
1
I
I
I
CERTIFICATION OF NONSEGREGATED FACILITIES:
The federally assisted construction contractor certifies that he
' dues not maintain or provide for his employees any segregated
facilities at any of his �stablishnantrj, and that he does not pernit
his employees to perform their services at any location, under his
' control, where segregated facilities are maintained. The federally
assisted construction contractor certifies further that he will not
maintain or provide for his employees any segregated facilities at
' any of his crtablishments, and that he will net permit his employee.^,
to perform their cervices at any location, urccr his control, 'here
segregated facilities are maintained. The federally assisted
construction contractor agrees that a breach of this certification
t• is a violation of the equal opportunity clauco in this contract. As
used in this certification, the term 'oe„regatcd faclliticr." means
any waiting rode, work areas, restrooms and vashroomis, restaurants
and other eating areas, timeclocks, locker rooms and ether storage
or dressing areas, parking lots, drinking fountains, recreation or
entertainrent areas, transportation, and, housing facilities provided
for employees which are segregated by explicit directive or are in
' -fact segregated on the basis of race, color, religion, sex or
national origin, because of habit, local custciri, or any other .
reason. The federally assisted construction contractor agrees that
'• (except where he has obtained identical certifications from proposed
subcontractors for specific time periods) be vill obtain identical
certiflcat;.ons %om pro sed qubcontractors prior to the award of
subcontracts exceeding $io,00O watch are not exempt from the provi sions
'
of the equal opportunity clause, and that he will retain such certifi-
cations in his files.
NOTICE TO PROSPECTIVE COiicrRACTORS OF RS UIRD10r, FOR CDTITTlr ICATION OF
VOITSEGREGATED FACILI'T'IES:
A Certification of Nonsegregated Facilities nu;be submitted prior
to the award of a contract or suWcontract exceeding $10,000 which
is not exempt from the provisions of the Equal Opportunity Clause.
Certification - The information above is true and corpletc to the best of
my knowl dge and belief.
Cleburne Smith, Vice President
Name and Title of Signer Please Type)
S/Cleburne Smith 3-28-80
Signature ` tc
' NOTE: The penalty for making false statements in offers in prescribed
In 18 U.S.C. 1001.
2
I
H
I
I
I
I
I
' 1I CONTRACT
I I
I
Li
I
I
I
I
I
1` McCLELLAND CONSULTING ENGINEERS , INC
I co
CONTRACT
I
I
I
L
I
L
I
1
I
I
I
I
I
I
I
STATE OF ARKANSAS
COUNTY OF WASHINGTON
THIS AGREEMENT made and
day of April
Fayetteville, Fayettevi
called the Owner, and
of the City of Ft.
Party of the Second
entered into on this
,19 80 ,
lle, Arkansas, Party
Fraser Construction
Smith, Arkansas
t, hereinafter called
WITNESSETH: That Whereas, the Owner has
Construction of a Sewer Main Relocation,
and approved by the Owner, and,
16th day
by and between the City of
)f the First Part, hereinafter
Co.
the Contractor.
called for bids for the
as set out in these Specifications,
WHEREAS,
the
Contractor is
the
best
bidder for
work
hereinafter set out,
pursuant
to
the published
call
for
bids under
Plans
and Specifications,
NOW, THEREFORE,
the Contractor agrees with
the Owner
to
furnish all
materials, tools,
equipment, and labor and
complete
the
necessary work for:
970 feet of 8", 69 feet of 12,827 feet of 15", 148 feet of 16", 245 feet
of 20", 3155 feet of 21", and 1079 feet of 24" sewer pipe, 30 manholes,
highway bores, and other items of construction as shown on the Plans and
as described in the Specifications, for the price shown in the Proposal,
all of which become a part of this Contract, the total sum being
Two Hundred Thirty Two Thousand Seven Hundred Seventy & 45/100 Dollars
y$Z4Z,//0.45 , such sum being the agreed amount upon which bonds
and liabilities are based, and at his own cost and expense furnish all
supplies, labor, machinery, equipment, tools, supervision, bonds, insurance,
and other accessories and services necessary to complete the said construction
in accordance with the conditions and prices stated in the Proposal attached
hereto and made a part hereof, and in accordance with the General and
Detailed Specifications, and in accordance with the Plans, which includes
all maps, plats, blueprints, and other drawings, and written or printed
explanatory matter thereof.
The Contractor hereby agrees to commence
before a date to be specified in written
Owner and to fully complete the project
days thereafter. The Contractor further
damages, the sum of $l O.OO
calendar day thereafter.
work under this Contract on or
"Notice to Proceed" by the
within 120 consecutive calendar
agrees to pay, as liquidated
for each consecutive
The Owner.agrees to pay the Contractor in current funds for the performance
of the Contract in accordance with the accepted Proposal therefore, subject
to additions and deductions, as provided in the General and Detailed
Specifications.
n
LAND CONSULTING ENGINEERS - INC
I
I
I
I
I
7
I
I
II
1-
H
I
IJ
I
I
I
I
In the event the Contractor abandons the work hereunder or fails, neglects
or refuses to continue the work after ten (10) days written notice, given
Contractor by the Owner or by the Engineer, then the Owner shall have the
option of declaring this contract at an end, in which event, the Owner
shall not be liable to the Contractor for any work theretofore performed
hereunder, or, of requiring the surety hereto, upon ten (10) days notice,
to complete and carry out the contract of Contractor, and in that event,
Owner may complete the said contract at its own expense, and maintain an
action against the Contractor and the surety hereto for the actual cost
of same, together with any damages or other expense sustained or incurred
by Owner in completing this contract less the total amount provided for
hereunder to be paid Contractor, upon the completion of this contract.
This contract shall be binding upon the heirs, representatives, successors,
or assigns of the parties hereto, including the surety.
IN WITNESS WHEREOF, the Owner and Contractor have hereto set theirh3'n"d
seal, respectively. >.
Fraser Constructi
Lontrac r
BY
r.../ TITLE /,
WITNESS
AT_TESTI
f -
City of Fayetteville
a etteville,Arkansas
BY ,lt
TITLE Mayor
Contract - 2
ELLAND CONSULTING ENGINEERS , INC
SET TRB STOPS AT ARROWS
Certificate of Insurance
o, �PHS CERTIFICAT IS ISSUED AS A MATTER OF NFORMATIO ONL AND CONFERS O RIGHTS UPON TN CERTIFICATE HOLDER.
S ERLIFICATFICATE DOES NOT AMEND. E%TEND OR ALTER THE COVERAGE AFFORDED BYI.IF4ETPOLICIESRISTEDTBELOW.
NAME AND ADDRESS OF AGENCY
Englehart ,Insurance Services, Inc.
COMPANIES AFFORDING COVERAGES
P. 0. Box 1585
Fort Smith, AR 72902
COMPANY A The North (River
Insurance Co..
COMPANY United States Fire Ins. Co.
B
LETTER
NAME AND ADDRESS OF INSURED
COMPANY
LETTER
3ohn A. Fraser and Fraser -
Construction Company
LETTERNY D
P. 0. Box 717
'Fort Smith, AR 72901
COMPANY E
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding
any requirement, term or condition
of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the
terms, exclusions and conditions of such policies.
Limits of liability
in Thousands
;OMPANY
LETTER
TYPEOFINSURANCE
POLICY NUMBER
PoLICY
EXPIRATION DATE
EACH
AGGREGATE
OCCURRENCE
GENERAL LIABILITY
50o
500
rr�II
COMPREHENSIVE FORM
BODILY INJURY
$
S
A
A
L'9 PREMISES —OPERATIONS
EXPLOSION AND COLLAPSE
5403645918
11/1/80
PROPERTY DAMAGE
/�
f 100
/�
f 100
l�jj
I UNDERGROUND HAZARD
® PRODUCTS/COMPLETED
OPERATIONS HAZARD
8001LY INJURY AND
CONTRACTUAL INSURANCE
PROPERTY DAMAGE
f
$
❑ BROAD FORM PROPERTY
COMBINED
DAMAGE
® CONTRACTORS
INDEPENDENT
❑ PERSONAL INJURY
PERSONAL
INJURY
i
A
AUTOMOBILE LIABILITY
® COMPREHENSIVE FORM
BODILY INJURY
(EACH PERSON)
INJURY
y 250
s 500
Iy®'I OWNED
IA1 HIRED
• 1301348655
'F
11.1,1/80
(EBODILY
ACH ACCIDENT)
PROPERTY DAMAGE
1
0'
® NON -OWNED
BODILYINJURY AND
PROPERTY DAMAGE
$
COMBINED
EXCESS LIABILITY
B
BODILYINJURYAND
Y
1,000
900.
UMBRELLA FORM
52305I637Q
t 9 r1
11/1/BC
PROPERTYDAMAGE
s
O OTHER THAN UMBRELLA
COMBINED
FORM
_
A
WORKERS' COMPENSATION
and
EMPLOYERS' LIABILITY
408098757
l3/3180
STATUTORY
$ 100, 000.
lucr,.ccocen
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES I
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail tu 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.,. This agency,
its representatives, or employees.,
NAME AND ADDRESS OF CERTIFICATE HOLDER:
City OP Fayetteville
Fayetteville, AR
DATE
25(1.79)
I
I
I
n
n
I
I
I
' I PERFORMANCE AND PAYMENT BOND
En
I
I
I
I
En
I
L McCLELLAND CONSULTING ENGINEERS , INC
I
AMERLCNN CHSU/ILTY COMPANY
' OF READING. PENNSYLVANIA
1
1.
1
1
1
1
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A311
a Performance Bond
KNOW ALL MEN BY THESE PRESENTS: that FRASER CONSTRUCTION CO.
FORT SMITH, ARKANSAS (Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called Contractor, and,
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, 310 South Michigan Ave., Chicago, Ill.
as Surety, hereinafter called Surety, are held and firmly bound unto
(Here insert full name and address or legal title of Owner)
CITY OF FAYETTEVILLE, ARKANSAS, FAYETTEVILLE, ARKANSAS
as Obligee, hereinafter called Owner, in the amount of TWO HUNDRED THIRTY-TWO THOUSAND
SEVEN HUNDRED SEVENTY & 45/100ths
Dollars ($ 232,770.45 ),
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated APRIL 16, 19 80, entered into a contract with Owner for
in accordance with Drawings and Specifications prepared by McCLELLAND CONSULTING ENGINEERS, INC.
1810 N. COLLEGE AVE. , FAYETTEVILLE, ARKANSAS (Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA®
FEBRUARY, 1970, ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASH., D.C. 20006
Form 8-23195-C
I
S1J311HJ11V
30 31rIIIISNI
NV31113WV
3H1 30
NOISSIWl13d A8
❑3JflUOlld3H
N338 SVH
ONOB SIHI
�J83_ui'AggV (afl!1)
ssa w!MI
I eas) (A)a. n5.
VINVAIASNN3d 'JNIOV311 JO
ANVdWOD A1IVf1SVJ NV71N3WV
(ap!1)
' (ssauUM)
eduvuJJ I rflfl7/
.
•OD NOIJOnIdISNOO H2SVHJ
'lludv (,o Aep
'JOUMU Ju SJossa»ns Ju sJO UJ4
-sw!wpe sJulnuaxa 'sJlaq ay) Jo u!aJay paweu JauMO
ayi uegl Jayio uo!l'Jodioj Jo uosiad Aue to asn ayi
Jo) JO 01 puoq Slgl (JO anme lleys uoim Jo IIBIJ ON
anp s!Iei PCJiuoJ aq i Japun luawAed Jeu!J
yaiyM JO aiep ayi woJJ sJeaA (Z) OM) Jo uoilej!dxa alp
aio;aq painipsul aq isnw puoq s!yi apun ims AuV
JopeJlUOJ of JauMO Aq pied Apadoid lunowe ayi
ssa) olaJayi sivawpuawe Aue pue puiluoj ayi Japun
Joipeiiuoj of Jau,O Aq alquAed )unowe leiol alp ueaw
Ileys ydeJBeJed s!yi w pasn se „'aDJJd i)eJlUo] ayi Jo
aaueleq„ wjai a41 JoaJay ydeJBeJed isJ!J ayi u! y1JOJ )as
iunowe ayi'JapunaJaq alge!l aq Aew Mains alp ya!HMJo)
saBewep pue s)s0J Jaylo Bu!pnjou! 'Bu!paaaxa IOU lnq
'aJ!Jd PPJIuo) 041 jo aaueleq ayi ssa) uo!laldwoj )o lso�
alp AS of spun) luap!JJns (ydeJBeJed s!yl Japun paBueJJe
uo!)aldwoJ jo siouiluoj Jo IDuJiuo ayi iapun silnejap
g;91 s!qi paleas pue pauBis
Ju uolssa»ns a Jo ilnap e aq pinoys aJayi y8nogi
uana) sassaj2ojd JIJoM se algeifeAU anew pue JauMI3
pue Japp!q Lions uaamlaq 1peiiuoa a Jot aBueJi Japp!q
alq!suodsai isaMol aq i jo Apulol AiaJns ay pue JaumO
aqt Aq uoileu!walap uodn shala JauMO aq) )! 'Jo
'Japp!q alq!suodsaJ isaMol ay Jo AiaJns Aq ucileu!wial
-op uodn pue 'suo!i!puoD pue swJai si! 41!m awepoaae
u! 1JeJIUOJ ayi 8upaldwoo Joj sp!q Jo pq e welgo (z
JO 'suOll!puOJ pue
swJai si! yi!M aouepioaae u! laefiuoJ 041 alaldwoJ (l,
ApdwoJd )legs Jo 'llne)ap aqi ApawaJ .Apdwojd Aew
AiaJns alp 'Japunaiayl suolie8!lgo sJauMO pawiojJad
Bu!Aey JauMO ayl '3JUJluoJ alp Japun ilne)ap u! aq of
Jaumo Aq paJeloap pue'aq Heys Jolauwoj JanauagM
•JauMc aLp Aq apew awn jo uo!suaixa
Jo uo!1eJalle Aue Jo aDIUOU saA!eM Agaiay AiaJns ayl
I
I
L
I
I
I
I
I
I
I
I
I
I
I
1)0)10 pue a)Joj InJ u! ulewJJ Ileys 1! as!MJagio p!oa pue llnu aq Nuys uolp9ygo s!ql uayi peJluoJ pies
w'o}Jad All'llgl!lJ pue AHduioJd l!eys JopcJluoJ J! ieyi yaps s! NO11V01190 SIH1 JO NOIIIONOJ ]HI '3WJTd3H1 MON
American Casualty Company
of Reading, Pennsylvania
ramua "PROM
'eNA
' olficeslChicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly
organized and existing under the laws of the Commonwealth of Pennsylvania, and having Its principal office in the City of Chicago,
and State of Illinois, does hereby make, constitute and appoint William Gott, Individually
'of Fort Smith, Arkansas
its true and lawful Attorney -in -Fact with full power and au
takings and other obligatory instruments of similar nature
conferred to sign, seal and execute in its behalf bonds, under -
and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such
instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all
' the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company:
"Article VI — Execution of Obligations and Appointment of Attorney -in -Fact
' Section 2. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by written
certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and
other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates
of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and
authority previously given to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 11th day of November, 1966:
"Resolved, that the signature of the President or a Vice President and the seal of the. Company may be affixed by facsimile on
' any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or cer-
tificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and
sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Company."
In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be signed by
its Vice President and its corporate seal to be hereto affixed this 25th day of January , 19_78
AMERICAN CASUALTY Y OF READING, PENNSYLVANIA
' State of Illinois I ss MlJi.
Countyof Cook I
1 /
all Vice President.
On this _ 25th day of January 1978 , before me personally came
R. J. Wall to me known, who, being by me duly sworn, did depose and say: that he resides in the Village o£
Western Springs State of Illinois; that he is a Vice -President of AMERICAN CASUALTY COMPANY OF READING, PENN-
SYLVANIA, the corporation des✓tribed in and which executed the above instrument; that he knows the seal of said Corporation: that
the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Direc-
tors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed
' of said corporation. .\
+\A Mrr I. 1101Afl1 f / /11 �°+q�uhn - Notary Public.
.,; Virginia tlson
CERTIFICATE My Commission Expires June 18, 1979
'1, T. F. Doyle, Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA,
,to certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 2 of Article VI of the
Bylaws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In
testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this 'G7 z`�
day of
C1
19 0
„rArla4,r� ,
8.23142-B T. F Do le Assistant Secretary.
1 iw
i
I
II
I
I
L
I
I
I
I
I
I
r
I
I
I
GENERAL PROVISIONS
I
LELLAND CONSULTING ENGINEERS , INC
I
I
I
I
I
I
U
I
I
I
I
I
[_1
I
I
I
I
J
GENERAL PROVISIONS
SCOPE AND INTENT OF SPECIFICATIONS AND PLANS.
The specifications and plans are intended to supplement but not neces-
sarily duplicate each other, and together constitute one complete set of
specifications and plans, so that any work exhibited in one and not the other,
shall be executed just as it had been set forth in both, in order that the
work shall be completed according to the complete design or designs as
decided and determined by the Engineers. Should anything be omitted from the
specifications and plans which is necessary to a clear understanding of the
work, or should it appear various instructions are in conflict, then the
Contractor shall secure written instructions from the Engineers before pro-
ceeding with the construction affected by such omissions or discrepancies.
It is understood and agreed that the work shall be performed and completed
according to the true spirit, meaning and intent of the contract, specifica-
tions and plans.
ENGINEERS.
Engineers shall mean the firm of McCLELLAND CONSULTING ENGINEERS, INC.
who have been employed by the Owner for this work, or their duly authorized
agents, such agents acting severally within the scope of the particular duties
entrusted to them, whose decisions shall, in all cases, be subject to final
approval by the Engineers. In all matters pertaining to the status or amount
of the contract, orders issued by the Engineers and signed by the representa-
tive of the Owner shall be valid.
FIGURED DIMENSIONS.
Figured dimensions, when given in the plans, shall be accurately
followed, even though they differ from scaled measurements. No work shown
on the plans, the dimensions of which are not figured, shall be executed,
until instructions have been obtained from the Engineers as to the dimensions
to be used. Large scale and full size drawings shall be followed in pre-
ference to small scale drawings.
LINES AND GRADES. (See SURVEYS, PERMITS, AND REGULATIONS)
All work done under this contract shall be done to the lines and grades
shown on the plans, The Contractor shall keep the Engineer informed, a
reasonable time in advance, of the times and places at which he wishes to do
work, in order that lines and grades may be furnished and necessary measure-
ments for record and payment may be made with minimum of inconvenience to the
Engineer and of delay to the Contractor.
CONTRACTOR TO FURNISH STAKES AND HELP.
The Contractor shall furnish without charge competent men from his force
and such tools, stakes and other materials as the Engineer may require for
the proper staking out of the work, and in making measurements as surveys and
n
CLELLAND CONSULTING ENGINEERS
General Provisions - 1
INC
I
I
I
L
L
7
I
I
H
I
II
I
El
L
Il
in establishing temporary or permanent reference marks in connection with said
work.
WORK DONE WITHOUT LINES AND GRADES.
Any work done without lines, grades or levels being given by the
Engineer, or done without the supervision of an inspector or other representa-
tive of the Engineer, may be ordered removed and replaced at the Contractor's
cost and expense.
PRESERVATION OF MONUMENTS AND STAKES.
The Contractor shall carefully preserve all monuments, bench marks,
reference points and stakes, and in case of willful or careless destruction
of the same, he will be charged with the resulting expense of replacement,
and shall be responsible for any mistakes or loss of time that may be caused
by their unnecessary loss or disturbance. In the event that the stakes and
marks placed by the Engineer are destroyed through carelessness on the part of
the Contractor, and that the destruction of these stakes and marks causes a
delay in the work, the Contractor shall have no claim for damages or exten-
sions of time. In the case of any permanent monuments or bench marks which
must of necessity be removed or disturbed in the construction of the work,
the Contractor shall carefully protect and preserve the same until they can
be properly referenced and relocated. The Contractor shall also furnish at
his own expense such materials and assistance as are, necessary for the proper
replacement of monuments or bench marks that have been moved or destroyed.
SANITARY REGULATIONS.
In general, the operations of the Contractor shall be in full conformity
with all of the rules and regulations of boards and bodies having jurisdiction
with respect to sanitation. Necessary sanitary provisions for the use of the
laborers on the work, convenient and properly secluded from observation, shall
be erected and maintained by the Contractor in such manner and at such points
as shall be approved. The use of such conveniences shall be strictly enforced
so there will be no trespassing on private property. These places shall be
kept in as good sanitary condition as possible, and the contents shall be
buried or removed and disposed of according to the best sanitary practices as
often as may be necessary to prevent a nuisance.
WATER.
The Contractor shall furnish, at his own expense, all water required in
connection with the construction of this project. The Contractor shall
furnish all facilities for securing, transporting, and storing the water
required by him. The Contractor shall provide temporary drinking water faci-
lities for the convenient use of his employees. These facilities shall be in
accordance with the Board of Health requirements and subject to the Engineer's
approval.
WATCHMEN AND FLAGMEN.
The Contractor shall, at all times from the start of the work to the
completion and acceptance of same, furnish and maintain efficient watchmen to
fully protect the premises, work, materials, tools, workmen, etc., during
working hours and after working hours.
Li
MCCLELLAND CONSULTING ENGINEERS
IGeoneral Provisions - 2
' PROTECTION.
The Contractor shall provide walks, bridges, fences, barriers, enclosures
' lights and signals to fully protect his work and to prevent injury to persons,
property and materials. Foot or vehicle bridges shall be provided by the
Cohtractor in order to permit the safe passage of foot or vehicular traffic
' over excavation in cases where same are necessarily left open for a time
greater than that normally required for the construction work. Bridges shall
be soundly constructed of substantial materials to proper dimensions and made
' safe for traffic.
REMOVAL OF UTILITIES.
' Temporary utilities of all kinds shall be removed promptly after their
use has been discontinued.
' STORAGE AND USE OF PREMISES.
Materials shall be stored so as to insure the preservation of their
quality and fitness for the work. When considered necessary, they shall be
' placed on wood platforms and covered, or stored in a suitable building as
directed by the Engineer. Stored materials shall be located so as to facili-
tate prompt inspection.
The occupancy of streets and public thoroughfares shall be limited to
areas not ordinarily used to accommodate traffic and other necessary public
' uses.
DIVERTING AND BLOCKING TRAFFIC.
' The Contractor may close streets to traffic as may be necessary for the
expeditious handling of the work, but only where traffic may be conveniently
routed over other open streets and public ways; provided, however, that no
' street or public way shall be closed to traffic for a longer period of time
than is necessary for the construction of the work involved and then only
upon the approval of the Engineer and the City. Proper signs shall be erected
to facilitate the flow of traffic over the detour route. When excavation
'
work is carried on in any highway right-of-way, the Contractor shall make
provisions for handling and re-routing traffic as required by the Highway
Department. If construction work is delayed beyond a reasonable period of
time, bridges shall be constructed as provided for in PROTECTION, above.
EXPLOSIVES AND BLASTING.
Explosives required for blasting shall be of a suitable and acceptable
character, and the quantity kept on the job and the storage of same shall be
in accordance with the State laws and local ordinances. The magazine or
' locker shall be so constructed as to be secure from theft and kept locked at
all times with the key in possession of the Contractor or foreman. No explo-
sives or caps shall be stored in the common tool box or within two hundred
I (200) feet of the nearest point of blasting. Proper appliances and equipment
shall be used for thawing frozen dynamite, and this shall not be done within
two hundred (200) feet of work or any occupied building.
All blasting operations shall be conducted with the greatest care and
adequate means shall be taken to prevent damage or injury to property or
General Provisions - 3
McCLELLAND CONSULTING ENGINEERS , INC -
I
L
I
I
El
I
H
IJ
I
I
I
I
L
H
I
I
I
persons. When working near dwellings, the Contractor shall provide suitable
covering to prevent the throwing of pieces of rock.
PUMPING.
Contractor shall do all pumping and bailing necessary to keep any exca-
vation free from water and in a safe condition. He shall furnish and operate
all pumps and apparatus necessary.
WATERWAYS.
Present natural and artificial waterways shall be left open to flow
freely. Temporary dams or by-passes shall be provided when found necessary
or ordered by the Engineer.
LOCATIONS OF FACILITIES.
The locations of the proposed pipe lines, valves, fittings, manholes,
etc., as shown on the drawings are for general information only unless
otherwise marked on the drawing. The exact location of each shall be desig-
nated by the Engineer at the time work is started, after giving due considera-
tion to the local conditions. The Engineer shall set stakes accordingly,
and the Contractor shall install the work at the designated locations.
SURVEYS, PERMITS AND REGULATIONS.
Unless otherwise expressly provided for in the Specifications, the Owner
will furnish to the Contractor all surveys necessary for the execution of the
work.
The Contractor shall procure and pay for all permits, licenses and
approvals necessary for the execution of his contract, except for permits for
construction parallel or crossing highways or railroads or private easements
which will be the responsibility of the Owner.
The Contractor shall comply with all laws, ordinances, rules, orders,
and regulations relating to the performance of the work, the protection of
adjacent property, and the maintenance of passageways, guard fences or other
protection facilities.
GENERAL GUARANTY.
Neither the final certificate of payment nor any provision in the Con-
tract Documents nor partial or entire occupancy of the premises by the Owner
shall constitute an acceptance of work not done in accordance with the Con-
tract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship.
The Contractor shall remedy any defects in the work and pay for any damage to
other work resulting therefrom, which shall appear within a period of one
year from the date of final acceptance of the work unless a longer period is
specified. The Owner will give notice of observed defects with reasonable
promptness.
H
LELLAND CONSULTING ENGINEERS
General Provisions - 4
INC.-
C
I
II
II
I
I
I
I
I
I
I
I
I
I
RESPONSIBILITY OF THE CONTRACTOR/SUB-COUTRACTOR(S).
As stated elsewhere in these Specifications, the Contractor and/or
Sub -Contractor hereunder shall satisfy himself (themselves) as to the location
of all underground and above -ground facilities and utilities in or near the
site. They shall be continually liable for damage to all improvements and
lands, whether the property of the Owner, hereunder, or others, caused by the
Contractor's and/or Sub -Contractor's personnel, equipment or operation.
INSPECTION AND TESTING OF MATERIALS.
All materials and equipment used in the construction of the project shall
be subject to adequate inspection and testing in accordance with accepted
standards. The laboratory or inspection agency shall be selected by the
Owner. The Owner will pay for all laboratory inspection service direct, and
not as a part of the contract, unless otherwise stated hereafter.
Materials of construction, particularly those upon which the strength
and durability of the structure may depend, shall be subject to inspect and
testing to establish conformance with specifications and suitability for uses
intended.
"OR EQUAL" CLAUSE.
Whenever a material, article or piece of equipment is identified on the
plans or in the specifications by reference to manufacturers' or vendors'
names, trade names, catalogue numbers, etc., it is intended merely to establis
a standard; and, any material, article, or equipment of other manufacturers
and vendors which will perform adequately the duties imposed by the general
design will be considered equally acceptable provided the material, article,
or equipment so proposed, is, in the opinion of the Engineer, of equal
substance and function. It shall not be purchased or installed by the Con-
tractor without the Engineer's written approval.
CONTRACTOR'S OBLIGATIONS.
The Contractor shall and will, in good workmanlike manner, do and perform
all work and furnish all supplies and materials, machinery, equipment,
facilities and means, except a herein otherwise expressly specified, necessary
or proper to perform and complete all the work required by this contract,
within the time herein specified, in accordance with the provisions of this'
contract and said specifications and in accordance with the plans and drawings
covered by this contract any and all supplemental plans and drawings, and in
accordance with the directions of the Engineer as given from time to time
during the progress of the work. He shall furnish, erect, maintain, and
remove such construction plant and such temporary works as may be required.
The Contractor shall observe, comply with, and be subject to all terms,
conditions, requirements, and limitations of the contract and specifications,
and shall do, carry on, and complete the entire work to the satisfaction of
the Engineer and the Owner.
PROTECTION OF WORK AND PROPERTY --EMERGENCY.
The Contractor shall at all times safely guard the Owner's property from
injury or loss in connection with this contract. He shall at all times safely
I
LELLAND CONSULTING ENGINEERS
General Provisions - 5
INC
H
I
H
C
I
I
L
I
I
I
I
I
[J
H
Li
I
I
guard and protect his own work, and that of adjacent property, from damage.
The Contractor shall replace or make good any such damage, loss or injury
unless such be caused directly by errors contained in the contract or by the
Owner, or his duly authorized representatives.
In case of an emergency which threatens loss or injury of property and/
or safety of life, the Contractor will be allowed to act, without previous
instructions from the Engineer, in a diligent manner. He shall notify the
Engineer immediately thereafter. Any claim for compensation by the Contractor
due to such extra work shall be promptly submitted to the Engineer for
approval.
Where the Contractor has not taken action but has notified the Engineer
of emergency threatening injury to persons or damage to the work or any
adjoining property, he shall act as instructed or authorized by the Engineer.
SUPERINTENDENCE BY CONTRACTOR.
At the site of the work the Contractor shall employ a construction
superintendent or foreman who shall have full authority to act for the
Contractor. It is understood that such representative shall be acceptable
to the Engineer and shall be one who can be continued in that capacity for
the particular job involved unless he ceases to be on the Contractor's payroll.
TIME FOR COMPLETION AND LIQUIDATED DAMAGES.
It is hereby understood and mutually agreed, by and between the Con-
tractor and the Owner, that the date of beginning and the time for completion
as specified in the contract of the work to be done hereunder are ESSENTIAL
CONDITIONS of this contract; and it is further mutually understood and agreed
that the work embraced in this contract shall be commenced on a date to be
specified in the "Notice to Proceed."
The Contractor agrees that said work shall be prosecuted regularly,
diligently, and uninterruptedly at such rate of progress as will insure full
completion -thereof within the time specified. It is expressly understood and
agreed, by and between the Contractor and the Owner, that the time for the
completion of the work described herein is a reasonable time for the com-
pletion of the same, taking into consideration the average climatic range and
usual industrial conditions prevailing in this locality.
If the Contractor shall neglect, fail or refuse to complete -the work
within the time herein specified, or any proper extension thereof granted by
the Owner, then the Contractor does hereby agree, as a part consideration for
the awarding of this contract, to pay to the Owner the amount specified in the
contract, not as a penalty but as liquidated damages for such breach of
contract as hereinafter set forth, for each and every calendar day that the
Contractor shall be in default after the time stipulated in the contract for
completing the work.
The said amount is fixed and agreed upon by and between the Contractor
and the Owner because of the impracticability and extreme difficulty of
fixing and ascertaining the actual damages the Owner would in such event
sustain, and said amount is agreed to be the amount of damages which the
Owner would sustain, and said amount shall be retained from time to time by
the Owner from current periodical estimates.
I
MCCLELLAND CONSULTING ENGINEERS
General Provisions - 6
INC
I
I
GI
I
I
I
I
I
I
I
U
I
1J
I
I
CI
C
It is further agreed that time is of the essence of each and every por-
tion of this contract and of the specifications wherein a definite and certain
length of time is fixed for the performance of any act whatsoever; and where
under the contract an additional time is allowed for the completion of any
work, the new time limit fixed by such extension shall be of the essence of
this contract. Pnovided, that the Contractor shall not be charged with
liquidated damages or any excess cost when the Owner determines that the
Contractor is without fault and the Contractor's reasons for the time exten-
sion are acceptable to the Owner; PnavLded,3uxthen., that the Contractor shall
not be charged with liquidated damages or any excess cost when the delay in
completion of the work is due:
(a) To any preference, priority or allocation order duly issued by the
Owner;
(b) To unforeseeable cause beyond the control and without the fault or
negligence of the Contractor, including, but not restricted to,
acts of God, or of the public enemy, acts of the Owner, acts of
another Contractor in the performance of a contract with the Owner,
fires, floods, epidemics, quarantine restrictions, strikes, freight
embargoes, and severe weather; and
(c) To any delays of sub -contractors or suppliers occasioned by any of
the causes specified above.
Phov1Lded, :6w,the&, that the Contractor shall, within ten (10) days from the
beginning of such delay, unless the Owner shall grant a further period of
time prior to the date of final settlement of the contract, notify the Owner,
in writing, of the causes of the delay, who shall ascertain the facts and
extent of the delay and notify the Contractor within a reasonable time of its
decision in the matter.
CORRECTION OF WORK.
All work, all materials, whether incorporated in the work or not, all
processes of manufacture, and all methods of construction shall be at all
times and places subject to the inspection of the Engineer who shall be the
final judge of the quality and suitability of the work, materials, processes
of manufacture, and methods of construction for the purposes for which they
are used. Should they fail to meet his approval they shall be forthwith
reconstructed, made good, replaced and/or corrected, as the case may be, by
the Contractor at his own expense. Rejected material shall immediately be
removed from the site. If, in the opinion of the Engineer, it is undesirable
to replace any defective or damaged materials or to reconstruct or correct
any portion of the work injured or not performed in accordance with the
Contract Documents, the compensation to be paid to the Contractor hereunder
shall be reduced by such amount as in the judgment of the Engineer shall be
equitable.
RIGHT OF THE OWNER TO TERMINATE CONTRACT.
In the event that any of the provisions of this contract are violated by
the Contractor, or by any of his sub -contractors, the Owner may serve written
notice upon the Contractor and the Surety of its intention to terminate the
contract, such notices to contain the reasons for such intention to terminate
I
McCLELLAND CONSULTING ENGINEERS
General Provisions - 7
INC.-
El
L
C
I
I
I
[J
El
I
I
.1
I
C
I
I
I
the contract, and unless within ten (10) days after the serving of such
notice upon the Contractor, such violation or delay shall cease and satis-
factory arrangement of correction be made, the contract shall, upon the
expiration of said ten (10) days, cease and terminate. In the event of such
termination, the Owner shall immediately serve notice thereof upon the Surety
and the Contractor, and the Surety shall have the right to take over and
perform the contract; PhovLded, howeven, that if the Surety does not commence
performance thereof within ten (10) days from the date of the mailing to such
Surety of notice of termination, the Owner may take over the work and pro-
secute the same to completion by contract or by force account for the account
and at the expense of the Contractor and the Contractor and his Surety shall
be liable to the Owner for any excess cost occasioned the Owner thereby, and
in such event the Owner may take possession of and utilize in completing the
work, such materials, appliances, and plant as may be on the site of the work
and necessary therefor.
INSURANCE.
The Contractor shall not commence work under this contract until he has
obtained all the insurance required under this paragraph and such insurance
has been approved by the Owner, nor shall the Contractor allow any sub-
contractor to commence work on his sub -contract until the insurance required
of the sub -contractor has been so obtained and approved.
(a) Compensation Insurance: The Contractor shall procure and shall
maintain during the life of this contract Workmen's Compensation Insurance as
required by applicable State law for all of his employees to be engaged in
work at the site of the project under this contract and, in case of any such
work sublet, the Contractor shall require the sub -contractor similarly to
provide Workmen's Compensation Insurance for all of the latter's employees to
be engaged in such work unless such employees are covered by the protection
afforded by the Contractor's Workmen's Compensation Insurance. In case any
class of employees engaged in hazardous work on the project under this con-
tract is not protected under the Workmen's Compensation Statute, the Con-
tractor shall provide and shall cause each sub -contractor to provide adequate
employer's liability insurance for the protection of such of his employees as
are not otherwise protected.
(b) Contractor's and Sub -Contractor's Public Liability and Property
Damage Insurance and Vehicle Liability Insurance: Contractor's
Public Liability Insurance and Vehicle Liability Insurance shall be in an
amount not less than $300,000 for injuries, including accidental death, to
any one person, and subject to the same limit for each person, in an amount
not less than $500,000 on account of one accident, and Contractor's Property
Damage Insurance in an amount not less than $100,000 per accident and $300,000
aggregate.
The Contractor shall either (1) require each of his sub -contractors to
procure and to maintain during the life of his sub -contract, Sub -contractor's
Public Liability and Property Damage of the type and in the same amounts as
specified in the preceding paragraph, or (2) insure the activities of his
sub -contractors in his own policy.
(c) Owner's Protective Public Liability and Property Damage Insurance:
The Contractor shall take out and maintain during the life of this contract
I General Provisions - 8
MCCLELLAND CONSULTING ENGINEERS , INC
H
such public liability and property damage insurance as shall protect the
Owner and his agents from claims for damage for personal injury, including
' accidental death, as well as from any claims for property damages, which may
arise from operations under this contract, whether such operations be by
himself or by any sub -contractor or by anyone directly or indirectly employed
by either of them, and the limits of such insurance shall be as shown in
' sub -paragraph (b) above. The Engineers shall be named as an additional
insured under the policy.
' It is agreed that such insurance as is afforded by the Policy for Bodily
Injury Liability and for Property Damage Liability applied, subject to the
following provisions:
(1) The unqualified word "insured" also includes any architect,
engineer or surveyor engaged by the named insured but only with respect to
liability arising out of the premises of the named insured.
(2) The insurance with respect to said architects, engineers or
surveyors does not apply to injury, sickness, disease, death or destruction
arising out of defects in maps, plans, designs or specifications prepared,
acquired or used by said architects, engineers or surveyors.
(d) Scope of Insurance and Special Hazards: The insurance required
under sub -paragraphs (b) and c hereof shall provide adequate protection for
the Contractor and his sub -contractors, respectively, against damage claims
which may arise from operations under this contract, whether such operations
' be by the insured or by any one directly or indirectly employed by him and
also against any of the special hazards which may be encountered in the
performance of this contract as enumerated following: (1) Dynamiting; and
' (2) Damage to underground facilities.
(e) Builder's Risk Insurance (Fire and Extended Coverage): The Con-
tractor shall procure and shall maintain during the life of this contract
1 Builder's Risk Insurance (Fire and Extended Coverage) on a 100 percent (100%)
completed value basis on the insurable portion of the project. The owner,
the contractor, and sub -contractors (as their interests may appear) shall be
named as the insured.
(f) Proof of Carriage of Insurance: The Contractor shall furnish the
owner with certificates showing the type, amount, class of operations
' covered, effective dates and dates of expiration of policies. Such certifi-
cates shall also contain substantially the following statement: "The
insurance covered by this certificate will not be cancelled or materially
' altered, except after ten (10) days written notice has been received by the
Owner."
The above named limits shall be operative except where, in the opinion
of the Engineer, the character of the work and hazards involved warrant the
establishment of greater coverage. The Contractor shall furnish the Owner
with duplicate copies of all policies of certificates from insuring agencies
' as evidence that these requirements have been satisfied.
All bonds must be executed by a surety company licensed to do business
in the State of Arkansas, and acceptable to the Owner. The final acceptance
of the construction work by the Owner shall not bar the right of any person
General Provisions - 9
McCLELLAND CONSULTING ENGINEERS , INC
I
I
C
I
I
I
I
I
I
I
I
H
I
Li
I
I
I
damaged or injured by reason of any act of ommission or commission of the
Contractor, or of the failure of the Contractor to fully perform all the
terms of his contract from maintaining an action against the Contractor, and
shall not release the Contractor from any of the obligations assumed under
these specifications or contract.
SUB -CONTRACTORS.
The Contractor shall not assign or sublet all or any part of this
contract without the prior written approval of the Owner, nor shall the
Contractor allow such sub -contractor to commence work until he has provided
and obtained approval of such compensation and public liability insurance as
may be required under the laws of the state. The approval of such sub-
contract by the Owner will in no manner release the Contractor from any of
his obligations as set out in the plans, specifications, contract and bonds.
LABOR LAWS.
The Contractor shall abide by all State and Federal laws governing labor.
CONTRACT SECURITY.
The Contractor shall furnish a performance bond in an amount at least
equal to one hundred percent (100%) of the contract prices as security for
the faithful performance of this contract and also a payment bond in an amount
not less than one hundred percent (100%) of the contract price or in a penal
sum not less than that prescribed by State, territorial or local law, as
security for the payment of all persons performing labor on the project under
this contract and furnishing materials in connection with this contract. The
performance bond and the payment bond may be in one or in separate instruments
in accordance with local law.
ASSIGNMENTS.
The Contractor shall not assign the whole or any part of this contract
or any moneys due or to become due hereunder without written consent of the
Owner. In case the Contractor assigns all or any part of any moneys due or
to become due under this contract, the instrument of assignment shall contain
a clause substantially to the effect that it is agreed that the right of the
assignee in and to any moneys due or to become due to the Contractor shall be
subject to prior claims of all persons, firms and corporations for services
rendered or material supplied for the performance of the work called for in
this contract.
SUB -CONTRACTING.
The Contractor may utilize the services of specialty sub -contractors on
those parts of the work which, under normal contracting practices, are per-
formed by specialty sub -contractors.
The Contractor shall not award any work to any sub -contractor without
prior written approval of the Owner, which approval will not be given until
the Contractor submits to the Owner a written statement concerning the
proposed award•to the sub -contractor, which statement shall contain such
information as the Owner may require.
I
CLELLAND CONSULTING ENGINEERS
General Provisions - 10
INC
I
I
I
I
I
I
I
I
I
Li
Li
I
L
I
I
The Contractor shall be as fully responsible to the Owner for the acts
and omissions of his sub -contractors, and of persons either directly or
indirectly employed by them, as he is for the acts and omissions of persons
directly employed by him.
The Contractor shall cause appropriate provisions to be inserted in all
sub -contracts relative to the work to bind sub -contractors to the Contractor
by the terms of the General Conditions and other contract documents insofar
as applicable to the work of sub -contractors and to give the Contractor the
same power as regards terminating any sub -contract that the Owner may
exercise over the Contractor under any provisions of the Contract Documents.
Nothing contained in this contract shall create any contractual relation
between any sub -contractor and the Owner.
ENGINEER'S AUTHORITY.
The Engineer shall give all orders and directions contemplated under
this contract and specifications relative to the execution of the work. The
Engineer shall determine the amount, quality, acceptability, and fitness of
the several kinds of work and materials which are to be paid for under this
contract and shall decide all questions which may arise in relation to said
work and the construction thereof. The Engineer's estimates and decisions
shall be final and conclusive, except as herein otherwise expressly provided.
In case any question shall arise between the parties hereto relative to said
contract or specifications, the determination or decision of the Engineer
shall be a condition precedent to the right of the Contractor to receive any
money or payment for work under this contract affected in any manner or to
any extent by such question.
The Engineer shall decide the meaning and intent of any portion of the
specifications and of any plans or drawings where the same may be found
obscure or be in dispute. Any differences or conflicts in regard to their
work which may arise between the Contractor under this contract and other
Contractors performing work for the Owner shall be adjusted and determined
by the Engineer.
USE OF PREMISES AND REMOVAL OF DEBRIS.
The Contractor expressly undertakes at his own expense:
(a) to take every precaution against injuries to persons or damage to
property;
(b) to store his apparatus, materials, supplies and equipment in such
orderly fashion at the site of the work as will not unduly interfere with the
progress of his work or the work of any other Contractors;
(c) to place upon the work or any part thereof only such loads as are
consistent with the safety of that portion of the work;
(d) to clean up frequently all refuse, rubbish, scrap materials, and
debris caused by his operations, to the end that at all times the site of the
work shall present a neat, orderly and workmanlike appearance;
I
General Provisions - 11
CLELLAND CONSULTING ENGINEERS , INC
I
I
I
I
J
I
I
I
I
I
I
I
I
I
I
I
I
(e) before final payment to remove all surplus material, false -work,
temporary structures, including foundations thereof, plants of any descrip-
tion and debris of every nature resulting from his operations, and to put
the site in a neat, orderly condition; and
(f) to effect all cutting, fitting or patching of his work required to
make the same to conform to the plans and specifications and, except with the
consent of the Engineer, not to cut or otherwise alter the work of any other
Contractor.
QUANTITIES OF ESTIMATE.
Wherever the estimated quantities of work to be done and materials to be
furnished under this contract are shown in any of the documents including
the proposal, they are given for use in comparing bids and the right is
especially reserved except as herein otherwise specifically limited, to
increase or diminish them as may be deemed reasonably necessary or desirable
by the Owner to complete the work contemplated by this contract, and such
increase or diminution shall in no way violate this contract, nor shall any
such increase or diminution give cause for claims or liability for damages.
LANDS AND RIGHT-OF-WAY.
Prior to the start of construction, the Owner shall obtain all lands
and rights -of -way necessary for the carrying out and completion of work to
be performed under this contract.
MONTHLY ESTIMATES AND PAYMENTS.
On or about the first day of each month, the Engineer will make an
approximate estimate of the value of the work done and materials furnished
in place on the work during the previous calendar month. He will also in-
clude the cost value of freight for equipment and materials readily accounted
for, but not such items as cement, aggregate, lumber, nails and miscellaneous
items. The Contractor shall furnish to the Engineer such detailed informa-
tion as he may request to aid him as a guide in the preparation of monthly
estimates. Unless otherwise specifically stated in the detailed specifi-
cations or clarified by the Owner prior to approval of the contract, the
Owner shall pay to the Contractor ninety percent (90%) of the amount of such
estimated value of materials furnished and work done during said previous
calendar month. After fifty percent (50%) of the project has been completed,
the amount retained may be reduced to five percent (5%), provided reasonable
cause cannot be shown for a greater retainage.
ACCEPTANCE OF THE WORK.
It shall be the duty of the Engineer to determine when the work is
complete and the contract fulfilled, and to recommend its acceptance by the
Owner.
General Provisions - 12
MccLELLANO CONSULTING ENGINEERS , INC
I
I
I
I
I
H
I
I
I
I
I
I
I
I
I
H
FINAL ESTIMATE AND PAYMENT.
After official approval and acceptance of the work by the Owner, the
Engineer shall be authorized to prepare a final estimate of the work done
under this contract and the value thereof. Such final estimate shall be sub-
mitted to the Owner within ten (10) days after its preparation has been
authorized as aforesaid. And the Owner shall, within thirty (30) days after
said final estimate is made and certified, pay the entire sum so found to be
due hereunder, after deducting all amounts to be kept and retained under any
provisions of this contract. All prior estimates and payments shall be sub-
ject to correction in the final estimate and payment; but, in the absence of
error or manifest mistakes, it is agreed that all estimates, on the certifi-
cate of the Engineer, when approved by the Owner, shall be conclusive
evidence of the work done and materials furnished.
Where part of the monies for construction of the project is being obtained by
grant or loan from Federal agencies, such as often is the case, the final
estimate will not be certified until the project has been approved by the
responsible Federal agency, and the final payment will not be made until the
monies are received from such agency. Consequently, there is under such
circumstances the possibility and likelihood of a delay in making said final
payment in excess of the customary thirty days as is the case when the Owner
has all necessary monies on hand.
CORRECTION OF WORK AFTER FINAL PAYMENT.
Neither the final certificate nor payment nor any provision in the con-
tract documents shall relieve the Contractor of responsibility for faulty
materials or workmanship, and unless otherwise specified, he shall remedy
any defects due thereto and pay for any damage to other work resulting
therefrom, which shall appear within a period of one year from the date of
substantial completion. The Owner shall give notice of observed defects with
reasonable promptness. All questions arising under this article shall be
decided by the Engineer subject to arbitration.
General Provisions - 13
I
NCCLELLAND CONSULTING ENGINEERS , INC
I
Li
I
I
I
I
I
I
I
I
I
I
C
I
I
I
I
GENERAL SPECIFICATIONS
L
LELLAND CONSULTING ENGINEERS 9 INC
I
I
GENERAL SPECIFICATIONS
' WATER AND SEWER PIPE LAYING
' GENERAL
All pipe shall be of the type, weight, class and/or designed working
pressure shown on the plans, set out in the GENERAL and DETAILED SPECIFICA-
' TIONS or as set out in the Proposal and accepted by the Owner. The Contractor
shall, unless otherwise specified, furnish all equipment, tools and labor
necessary to do the work required under this contract, haul and distribute
' all pipe, castings, fittings, valves, hydrants and excavate the trenches and
pits to the required dimensions; excavate the bell holes; construct and main-
tain all bridges for traffic; sheet, brace and support the adjoining ground
or structures where necessary; handle all drainage or ground water; provide
' barricades, guards and warning lights; lay and test the pipe, castings, fit-
tings, valves, hydrants and accessories, backfill and consolidate the trenches
and pits; restore the roadway surface unless otherwise stipulated; remove
' surplus excavated material; clean the site of the work; and maintain the
street or other surface over the trenches as specified.
The Contractor shall also furnish all equipment, tools, labor and
materials required to rearrange branch connections to main sewers, or to
rearrange sewers, conduits, ducts, pipes or other structures in accordance
with the contract drawings and stipulations 'included therein.
' EXCAVATION AND PREPARATION OF TRENCH
The trench shall be dug so that the pipe can be laid to the alignment
' and depth required, and it shall be excavated only so far in advance of pipe
laying as specified or permitted by the Engineer. The trench shall be so
braced and drained that the workmen may work therein safely and efficiently.
It is essential that the discharge of the trench dewatering pumps be con-
, ducted to natural drainage channels, drains or sewers.
(a) Alignment and Grade - The water and sewer pipes shall be laid
' and maintained to the required lines and grades with fittings,
valves and hydrants at the required locations; spigots centered in
bells; and all valves and hydrant stems plumb.
' (1) Deviations Occasioned by Other Structures - Wherever obstruc-
tions not sown on the plans are encountered during the progress
of the work and interfere to such an extent that an alteration in
' the plan is required, the Engineer shall have the authority to
change the plans and order a deviation from the line and grade or
arrange with the.Owners of the structures for the removal, reloca-
' tion or reconstruction of the obstructions.
(2) Caution in Excavation - The Contractor shall proceed with
' caution in the excavation and preparation of the trench so that
the exact location of underground structures, both known and
unknown, may be determined, and he shall be held responsible for
the repair of such structures when broken or otherwise damaged
because of carelessness on his part.
MCCLELLANO CONSULTING ENGINEERS , INC
I
Water and Sewer Pipe Laying - 2
(3) Depth of Pipe - All pipe shall be laid to the depth shown on
' the contract drawings or as required in the DETAILED SPECIFICATIONS.!
Any variation therefrom shall be made only at the order of the
Engineer.
(b) Classification - Trench excavation may be classified as "Unclas-
sified Excavation," "Earth Excavation," or "Rock Excavation."
Proposal and contract shall mean all material excavated and pay-
, ment shall be made in accordance with measurements as herein
provided.
' When trench excavation other than "Unclassified Excavation" is
specified, it shall be classified as either "Earth Excavation" or
"Rock Excavation."
' I Rock excavation shall comprise rock in formations in the original
bed, or well defined ledges, or detached solid masses of stone
more than one-half (z) cubic yard in volume, which cannot be
' excavated, loosened or removed by any process other than by drilling
and blasting. No soft or disintegrated rock which can be removed
with a pick, or rock that has been broken, or previously blasted,
' or broken stone in rock filling or elsewhere, will be classified as
rock excavation. This classification shall not be extended to
include materials which can be removed by means other than drilling
and blasting but which for reasons of economy in excavation, the
Contractor prefers to remove by drilling and blasting.
Earth excavation shall comprise all other materials, wet or dry, to
' be excavated and removed other than those described as rock
excavation.
' (c) Width of Trench - The width of the trench shall be ample to permit
the pipe to be laid and jointed properly, and the backfill to be
placed and compacted as specified. Trenches shall be of such extra
width, when required, as will permit the convenient placing of
timber supports, sheeting and bracing, and handling of specials.
(d) Bell Holes - The bottom of the trench under each bell shall be
' excavated sufficiently to allow the pipe to rest throughout its
length. Bell hole excavation shall also be sufficient to allow
proper placing of the joint compound, where joint compound is used.
' No weight of dirt or pipe shall be supported by the bell of the pipe,
(e) Pipe Clearance in Rocks - Ledge rock, boulders and large stones
shall be removed to provide a clearance of at least six (6") inches
' below and on each side of all pipe, valves and fittings for pipes
24 inches in diameter or less, and nine (9") inches for pipes larger
than 24 inches in diameter. Except in wet locations (see "Wet Exca-
vation") the trench shall then be refilled with sand to an even sur-
face ' for pipe to rest upon throughout its length. Every trench in
rock shall be fully opened at least fifty (50) feet in advance of
the place where pipe is being laid or concrete or masonry work is
'in progress.
'McCLELLAND CONSULTING ENGINEERS , INC.-
I
L
I
I
I
I
I
H
I
I
I
I
I
I
I
I
I
I
The specified minimum clearances
which will be permitted between
nances being laid and any part,
boulder or stone.
Water and Sewer Pipe Laying - 3
are the minimum clear distances
any part of the pipe and appurte-
projection or point of such rock,
(f) Excavation to Grade - The trench shall be excavated to the depth
required so as to provide a uniform and continuous bearing and
support for the pipe on solid and undisturbed ground at every point
between bell holes, except that it will be permissible to disturb
and otherwise damage the finished surface over a maximum length of
18 inches near the middle of each length of pipe by the withdrawal
of pipe slings or other lifting tackle. Any part of the bottom
of the trench excavated below the specified grade shall be corrected
with approved material, thoroughly compacted as directed by the
Engineer. The finished subgrade shall be prepared accurately by
means of hand tools.
The subgrade beneath the centerline of the pipe shall be finished to
within 0.03 feet of a straight line between pipe joints or batter
boards, and all tolerances shall be above the specified grade.
If, in the opinion of the Engineer, soil conditions are encountered
at subgrade which require all or part of the work to be done in
accordance with Paragraph (g) below, the Engineer shall have the
authority to order the work to be so done, and the Contractor will
be allowed extra compensation for the additional work.
(g) Excavation Below Grade - The trench shall be excavated to at least
three (3") inches and not more than six (6") inches below the spec-
ified grade. Before the pipe is laid, the subgrade shall be made
by backfilling with an approved material in 3 -inch uncompacted
layers. The layers shall be thoroughly tamped as directed by the
Engineer so as to provide a uniform and continuous bearing and
support for the pipe at every point between bell holes.
(h) Excavation in Poor Soil and Refilling to Grade - Where the bottom
of the trench at subgrade is found to be unstable or to include
ashes, cinders, all types of refuse, vegetable or other organic
materials, or large pieces or fragments of inorganic material which
in the judgment of the Engineer should be removed, the Contractor
shall excavate and remove such unsuitable material to the width
and depth ordered by the Engineer. Before the pipe is laid, the
subgrade shall be made by backfilling with an approved material in
3 -inch uncompacted layers. The layers shall be thoroughly tamped
as directed by the Engineer so as to provide a uniform and continuous
bearing and support for the pipe at every point between bell holes.
(i) Special Foundation in Poor Soil - Where the bottom of the trench at
subgrade is found to consist of material which is unstable to such
a degree that, in the opinion of the Engineer, it cannot be removed
and replaced with an approved material thoroughly compacted in place
I
kcCLELLAHO CONSULTING ENGINEERS , INC
I
' I Water and Sewer Pipe Laying - 4
to support the pipe properly, the Contractor shall construct a
t foundation for the pipe, consisting of piling, timbers, or other
materials, in accordance with plans prepared by the Engineer.
Extra compensation will be allowed for the additional work.
' (j) Subgrade in Rock Trenches - Where excavation is made in rock or
boulders and the clearance specified in Paragraph (e) above is
' provided, the subgrade shall be made by backfilling with an approved
material in three-inch uncompacted layers. The layers shall be
thoroughly tamped as directed by the Engineer so as to provide a
uniform and continuous bearing and support for the pipe at every
' point between bell holes. Bedding condition shall be Type B or
F, as prescribed by the American National Standards Institute.
' (k) Wet Excavation - When water or unstable soil is encountered in the
bottom of the trench, the Contractor will be required to excavate
below grade a minimum of six inches, and the trench will be brought
' back to grade with clean crushed rock or gravel. Payment for over -
excavation and placing of the crushed rock may or may not be paid
for, depending upon the terms of the agreement between the Contrac
tor and the Owner, as stipulated in the DETAILED SPECIFICATIONS.
' The Contractor shall provide sufficient pumps and other necessary
equipment to keep the trench free of water which may accumulate.
' (1) Appurtenances - Unless specifically approved by the Engineer,
appurtenances such as manholes, branch crossings, etc., shall be
built as the work progresses. Excavation for manholes will be
made of such dimension and depth as to allow the construction of
tthe manhole as shown on the plans.
(m) Tunnelling - In general all excavation will be in open trenches.
' Tunnelling will be permitted only on the written order of the
Engineer or wherever shown on the plans or specified herein. Tun-
nels constructed beneath streets, railroad tracks or at other
places, when so ordered by the Engineer, shall be backfilled with
sand, or, if water is used in placing said backfilling, same shall
be completely flooded. The opening must be completely filled with
compacted material. If so ordered loam soil may be used and
' thoroughly tamped with air driven tampers.
(n) Bracing and Shoring - The sides of any excavation, when deemed
' necessary, shall be properly supported with bracing, shoring or
sheeting as the need may be. Such bracing and shoring shall be
withdrawn as the work progresses. In case the excavation is close
t enough to buildings or other foundations as to endanger their
stability by the removing of such brackings, then they shall be
made secure and left in place and the trench backfilled and thor-
oughly tamped with the bracing in place. Such work shall be done
' under the direction of the Engineer. The Contractor will not be
paid for such bracing, sheeting or shoring whether it is withdrawn
or left in the trench.
McCLELLAND CONSULTING ENGINEERS , INC'-
I
Water and Sewer Pipe Laying - 5
(o) Use of Explosives - When the use of explosives is necessary for
the prosecution of the work, the Contractor shall observe all local,
state and federal laws in purchasing, handling and transporting
explosives. The Contractor shall take all necessary precaution to
' protect completed work, neighboring property, water lines, or other
underground structures. Where there is danger to structures or
property from blasting, the charges shall be reduced and the
material shall be covered with suitable timber, steel or rope mats.
The Contractor shall notify all owners of public utility property
of intention to use explosives at least eight hours before blasting
' is done close to such property. Any supervision or direction of use
of explosives by the Engineer does not in any way reduce the respon-
• sibility of the Contractor or his surety for damage that may be
' caused by such use.
(p) Care of Surface Material for Reuse - All surface materials which,
in the opinion of the Engineer, are suitable for reuse in restoring
t the surface shall be kept separate from the general excavation
material, as directed by the Engineer.
' (q) Piling Excavated Material - All excavated material shall be piled
in a manner that will not endanger the work and that will avoid
obstructing sidewalks and driveways. Hydrants under pressure,
valve pit covers, valve boxes, curb stop boxes, fire and police
' -call boxes, or other utility controls shall be left unobstructed
and accessible until the work is completed. Gutters shall be kept
clear or other satisfactory provisions made for street drainage,
and natural watercourses shall not be obstructed.
(r) Trenching by Hand or Machine - Hand methods for excavation shall
' be employed in locations shown on the drawings. In other locations
the Contractor may use trench -digging machinery or employ hand
methods.
I(s) Barricades, Guards and Safety Provisions - To protect persons from
injury and to avoid property damage, adequate barricades, construc-
tion signs, torches, red lanterns and guards as required shall be
' placed and maintained during the progress of the construction work
and until it is safe for traffic to use the highway. All material
piles, equipment and pipe which may serve as obstructions to traffic
' shall be enclosed by fences or barricades and shall be protected by
proper lights when the visibility is poor. The rules and regulation
of the local authorities respecting safety provisions shall be
observed. -
(t) Maintenance of Traffic and Closing of Streets - The Contractor shall
carry on the work in a manner which will cause the least interrup-
t tion in traffic, and may close to through travel not more than two
consecutive blocks, including the cross street intersected. Where
traffic must cross open trenches, the Contractor shall provide
suitable bridges at street intersections and driveways.
C
NCCLELLAND CONSULTING ENGINEERS , INC
I
I
I
I
LI
I
PJ
L
I
I
I
I
I
I
n
I
Water and Sewer Pipe Laying - 6
The Contractor shall post, where directed by the Engineer, suitable
signs indicating that a street is closed and necessary detour signs
for the proper maintenance of traffic.
Cu) Structure Protection - Temporary support, adequate protection and
maintenance of all underground and surface structures, drains,
sewer and other obstructions encountered in the progress of the
work shall be furnished by the Contractor at his expense and under
the directions of the Engineer. The structures which may have been
disturbed shall be restored upon completion of the work.
(v) Protection of Property and Surface Structures - Trees, shrubbery,
fences, poles and all other property and surface structures shall
be protected unless their removal is shown on the drawings or
authorized by the Engineer. When it is necessary to cut roots and
tree branches, such cutting shall be done under the supervision and
direction of the Engineer.
(w) Interruption of Service - No valve or other control on the existing
system shall be operated for any purpose by the Contractor. The
Owner will operate all valves, hydrants, blow -offs and curb stops.
PAVED STREETS, SIDEWALKS, AND DRIVEWAYS
Whenever sewers are built under normal four (4) foot sidewalk crossings,
the Contractor shall make necessary excavation by tunnelling and payment for
such work shall be in accordance with the price bid for excavation. If in the
opinion of the Engineer it is necessary to cut the sidewalk, the Contractor
shall replace such sidewalk at the price bid per square foot for such work.
Payment shall be made, however, upon a cut width not to exceed four (4) feet.
Damage to sidewalks caused by extra breakage due to trench excavation or
other damage during construction shall be replaced by the Contractor at his
own expense.
Cuts through pavement, either concrete, asphalt, brick or any combination
thereof, shall be replaced with like materials. Payment for such work shall
be on the basis of a cut 30 inches in width and according to the unit price
bid per square yard for such work. Cuts or damaged pavement beyond this
width shall be replaced at the expense of the Contractor. The Contractor
shall save all brick and asphalt materials removed and shall use them and
as much additional material of like quality as is necessary in making
replacements.
All fills under sidewalks or paving shall be compacted to the density of
the original earth. When provisions for payment for repairing pavement and
sidewalks are not made in the Proposal, the price bid in the Proposal for
excavation shall include all such costs and the Contractor shall not receive
extra compensation for such work.
I
McCLELLA40 co suLTING ENGINEERS , INC
I
Water and Sewer Pipe Laying - 7
STREETS SURFACED WITH NON -PERMANENT PAVEMENT
'
Where sewers are laid across, through or in streets, alleys or driveways
surfaced with chat, gravel, crushed stone, mine slag, oil mat or other non-
permanent type surfacing, the Contractor shall save all such surfacing
' materials removed and shall replace them to their original condition upon
completion of the work. In case such materials are not suitable for reuse
or are damaged or destroyed, then the Contractor shall furnish such materials
t as are needed to restore the surface of the street to its original condition.
If materials such as are removed are not available then the Contractor shall
furnish such substitute materials as, in the opinion of the Engineer, are
suitable.
All fills in trenches crossing streets, sidewalks or other thoroughfares
shall be compacted to a density equal to that of the original earth.
' The Contractor shall receive no extra compensation for such work but
shall include such costs in the unit prices set out in the Proposal.
' LAYING WATER PIPE
Cast and Ductile Iron Pipe shall be laid in accordance with Section 3
of A.W.W.A. standard designated C600-77.
' Asbestos -cement pipe shall be laid in accordance with Tentative A.W.W.A.
standard designated C603-78.
Joints shall be as specified on the plans or in the DETAILED SPECIFICA-
TIONS.
' LAYING SEWER PIPE
Construction of sanitary sewers shall begin at the low point of the line
and continue uphill in orderly succession throughout the work as directed by
' the Engineer. Laterals and mains shall not be constructed before their
connecting outfalls have been completed.
' The connection of sewers to other sewers or appurtenances shall be in
accordance with the plans or under the direction of the Engineer. The work
shall be done in a workmanlike manner in such a way as to not damage any
other structures involved.
1 Sewer pipe shall be laid on a firm bed and in a perfect conformity with
lines and grades given.
All pipe shall be laid with even bearing on the bottom of the trench,
which shall be shaped with earth and prepared to conform to the form of pipe.
Niches of sufficient dimensions shall be cut in the bottom of the trench to
'
give perfect clearance to the bell of the pipe, but not larger than is
necessary to make a proper joint.
I
The inside shoulder of the bell and spigot ends must in all cases meet;
the bell end in all cases to be laid toward the high end of the sewer.
' McCLELLAWO CONSULTING ENGINEERS , INC .
L
' Water and Sewer Pipe Laying - 8
The grade of the pipe shall be obtained by the use of laser equipment.
' Contractors unable to utilize laser equipment shall compensate the Engineer
for additional survey work required to maintain batterboard control.
' At all times during the progress of the work, and when terminating a
day's work, the open end of the pipe shall be temporarily closed with a
wooden cover made for that purpose.
' VITRIFIED CLAY PIPE - IRON PIPE JOINTS
Where vitrified clay pipe and iron pipe are connected, joints shall be
made as shown.
' SETTING VALVES AND FITTINGS
a General - Valves, fittings, plugs and caps shall be set and jointed
Ito pipe in the manner heretofore specified for cleaning, laying
and jointing pipe.
(b) Location of Valves - Valves in water mains shall, where possible,
'
be located on the street property lines extended unless shown
otherwise on the plans.
' (c) Valve Boxes and Valve Pits - A valve box or a masonry pit shall be
provided for every valve.
IA valve box shall be provided for every valve which has no gearing
or operating mechanism or in which the gearing or operating mechan-
ism is fully protected with a cast-iron grease case. The valve
box shall not transmit shock or stress to the valve and shall be
' centered and plumb over the wrench nut of the valve, with the box
cover flush with the surface of the finished pavement or such other
level as may be directed.
' A masonry valve pit shall be provided for every valve which has
exposed gearing or operating mechanisms. The valve nut shall be
' readily accessible for operating through the opening in the manhole,
which shall be set flush with the surface of the finished pavement
or such other level as may be specified. Pits shall be so con-
structed as to permit minor valve repairs and afford protection to
' the valve and pipe from impact where they pass through the pit
walls.
' (d) Drainage of Mains - Mains shall be drained through drainage branches
or blowoffs to dry wells from which the water can be pumped. Drain-
age branches, blowoffs, air vents and appurtenances shall be pro-
vided with gate valves and shall be located and installed as shown
ton the plans.
MCCLELLAND CONSULTING ENGINEERS , INC
I
Water and Sewer Pipe Laying - 9
Drainage branches or blowoffs shall not be connected to any sewer,
submerged in any stream or be installed in any other manner that
will permit back siphonage into the distribution system.
(e) Dead Ends - All dead ends on new mains shall be closed with cast-
iron plugs or caps, with or without blowoff cock, as shown on the
drawings.
ISETTING HYDRANTS
a Location - Hydrants shall be located as shown or as directed and
in a manner to provide complete accessibility, and also in such a
' manner that the possibility of damage from vehicles or injury to
pedestrians will be minimized.
' When placed behind the curb, the hydrant barrel shall be set so
that no portion of the pumper or hose nozzle cap will be less than
6 inches nor more than 12 inches from the gutter face of the curb.
When set in the lawn space between the curb and the sidewalk, or
between the sidewalks and the property line, no portion of the
hydrant or nozzle cap shall be within 6'inches of the sidewalks.
(b) Position - All hydrants shall stand plumb and shall have their
nozzles parallel with or at right angles to the curb, with the
' pumper nozzle facing the curb, except that hydrants, having two
hose nozzles 90 degrees apart shall be set with each nozzle facing
the curb at an angle of 45 degrees. Hydrants shall be set to the
established grade, with nozzles at least -12 inches above the ground,
as shown or as directed by the Engineer.
(c) Connection to Main - Each hydrant shall be connected to the main
' with a 6 inch cast-iron branch controlled by an independent 6 inch
gate valve, except as otherwise specified.
' (d) Hydrant Drainage in Pervious Soil - Wherever a hydrant is set in
soil that is pervious, drainage shall be provided at the base of
the hydrant by placing coarse gravel or crushed stone mixed with
coarse sand, from the bottom of the trench to at least 6 inches
above the waste opening in the hydrant and to a distance of one (1')
foot around the elbow. No drainage system shall be connected to a
sewer.
' (e) Hydrant Drainage in Impervious Soil - Wherever a hydrant is set in
clay or other impervious soil, a drainage pit two (2') feet in
t diameter and three (3') feet deep shall be excavated below each
hydrant and filled compactly with coarse gravel or crushed stone
mixed with coarse sand, under and around the elbow of the hydrant
and to a level of six (6") inches above the waste opening. No
' drainage pit shall be connected to a sewer.
UcCLEL.LAND CONSULTING ENGINEERS , INC
I
' Water and Sewer Pipe Laying - 10
ANCHORAGE
aT Anchorage for Hydrants - The bowl of each hydrant shall be well
braced against unexcavated earth at the end of the trench with
stone slabs or concrete backing, or it shall be tied to the pipe
' with suitable metal tie rods or clamps, as shown or directed by
the Engineer.
(b) Anchorage for Plugs, Caps, Tees and Bends - All plugs, caps, tees
and bends deflecting 22½ degrees or more on mains six (6") inches
in diameter or larger shall be provided with a reaction backing,
or movement shall be prevented by attaching suitable metal rods
or clamps as shown or specified.
(c) Reaction Backing - Reaction backing shall be concrete of a mix not
' leaner than one (1) cement: two and one-half (22) sand; five (5)
stone, and having a compressive strength of not less than 2,000
pounds per square inch at 28 days. Backing shall be placed between
solid ground and the fitting to be anchored; the area of bearing
Ion the pipe and on the ground in each instance shall be that shown
or directed by the Engineer. The backing shall, unless otherwise
shown or directed, be so placed that the pipe and fitting joints
' will be accessible for repair.
SEWER WYES
' Sewer wyes are not normally specified but whenever a property holder,
with the approval of the Owner, desires to connect to the sewer while the
work is in progress, the Contractor shall install a standard wye connection
and stack and shall receive payment from such property holder without obliga-
' tion to the Owner. No deduction in the length of sewer pipe laid shall be
made for the installation of such wye. Payment made by the property holder
shall be according to the unit price set out in the Proposal, or in case no
unit price is set out in the Proposal, arrangement as to price may be agreed
upon by the property holder and the Contractor.
MANHOLES
(a) General - Manholes of the dimensions specified shall be built by
the Contractor at the points indicated on the plans or as directed
by the Engineer, as rapidly as the construction of the sewer will
permit. Manholes shall be either brick or cast in place concrete
as provided in the DETAILED SPECIFICATIONS.
(b) Manhole Heights - Manholes are to be built to the existing ground
surface in all cases; when this is above the proposed street grade,
the manhole brickwork shall be drawn into a twenty-five (25") inch
diameter at a point one (1) foot below said street grade, and the
' remainder built as a twenty-five (25") inch diameter cylinder.
Manholes shall be built to additional heights when required by
the plans, or when directed by the Engineer.
1
McCLELLANO CONSULTING ENGINEERS , INC
J
I
I
L
I
I
J
1
I
C
L
n
I
I
L
II
I
Water and Sewer Pipe Laying - 11
(c) Steps - During the construction of each manhole, cast-iron steps
shall be set in place on the inside of the manhole, beginning two
(2) feet above the bottom and placed not more than eighteen (18")
inches below the top of the manhole. These steps. are to be built
to the dimensions shown on the plans. The ends shall be firmly
built into the wall, allowing the steps to project five (5") inches
from the inside of the manhole.
(d) Drop Manholes - Drop manholes, unless otherwise shown on the plans,
shall be constructed at all manholes where the difference in invert
elevation between incoming and outgoing sewer is two (2.0) feet or
more. Drop manholes shall be constructed of the same materials
and dimensions as are standard manholes, the only difference being
in the inlet arrangements as shown on the standard detail sheet.
(e) Slabs and Walls - All floor slabs shall be formed, and in some
cases, walls for drop manholes may be specified to be poured in
forms. Forms may be of metal or wood. They shall be smooth,
tight, clean, free from warp, of sufficient strength to resist
springing out of shape, and so designed that the various sections
may be fastened together in such a manner as to prevent relative
movement of the ends. The forms shall be true to line and grade,
and shall be well staked and braced; they shall have a firm bearing,
They shall not be removed in less than twenty-four hours after con-
crete is placed.
(f) Constructing Brick Manholes
(1) Brick and Mortar - All brick shall be hard burned mud or
shale sewer, or number 2 pavers, having one side fairly smooth,
which smooth side shall be laid to the inner side of the sewer
manhole. They shall conform to the standard specifications for
paving brick of the American Society for Testing Materials, serial
designation 6-7-15. All mortar shall be composed of two parts
sand and one part cement, by volume. The same shall be thoroughly
mixed before wetting, and then mortar made to a workable consis-
tency. No mortar shall be used if mixed longer than one-half (z)
hour. Retempering of mortar will not be allowed. Sand and cement
shall conform to the specifications for these materials as set
out in the specifications for concrete.
(2) Joints - Every brick shall have full mortar joints on the
bottom and sides, which shall be formed at one operation by placing
sufficient mortar on the bed and forcing the brick into it. Hori-
zontal joints shall not exceed three -eighths (3/8") inch, and the
vertical joints on the inside of the manhole shall not exceed one -
quarter (q") inch.
(3) Striking Joints - All joints on the inside of the manhole are
to be carefully rubbed full and struck as the manhole is built up.
I
CLELLAND CONSULTING ENGINEERS , INC
H
' I Water and Sewer Pipe Laying - 12
(g) Cast in Place Concrete Manholes - Shall conform to the Detailed
Specifications.
(h) Manhole Frames, Covers and Other Castings - The castings for man-
' holes, and other appurtenances shall be constructed according to
the plans for same on file in the office of the Engineer.
I. All castings for manhole heads, covers, and other purposes must be
of tough gray iron, free from cracks, holes, swells and cold shuts,
and be of workmanlike finish, and must conform to the plans.
' The quality shall be such that a blow from a hammer will produce
an indentation on a square edge of the casting without flaking the
metal.
IBefore leaving the foundry, all castings shall be thoroughly cleaned
and subjected to a hammer inspection.
The manhole cover and cover ring shall be of cast-iron and shall
not weigh less than three hundred (300) pounds, and shall conform
to the plans on file in the Engineer's office.
(i) Cleaning - Upon completion of each manhole, all waste mortar and/
or debris shall be immediately removed from the bottom and the
' invert or bottom joints struck or pointed.
(j) Payment - Payment for manholes shall include every item of construc-
t tion and materials except additional payment shall be made for
such pipe sewers as extended into or pass through them, including
all piping for drop manhole arrangement and pipe stubs. No extra
payment will be allowed for excavation, concrete, brick, steps,
I. manhole ring and lid, or other items excepting pipe sewers as
provided above.
' Unless otherwise stated in the DETAILED SPECIFICATIONS or on the
plans, payment will be based upon the unit price bid for each
manhole six (6) feet or less in depth, measured from the flow
line of the sewer to the top of the manhole. Additional payment
will be made for manholes more than six (6) feet in depth according
to the unit price bid for each additional two (2) feet of depth
in excess of six (6) feet in depth. Payment of drop manholes
' shall be at the unit price bid in the Proposal.
No extra payment will be made for manhole excavation outside of the
Ipay lines of the sewer excavation proper.
TESTING
(a) Distribution and Treated Water Mains - Cast-iron pipe shall be
'
tested at 150% of the hydrostatic pressure. If lead joints are
used, they shall be left uncovered and checked individually for
seepage. If mechanical joints are used, the pipe can be covered
Ito a depth of one (1) foot above the top of the pipe and then
tested.
McCLELLANO CONSULTING ENGINEERS , INC
n
I
I
I
I
I
I
I
I
I
n
L
Li
I
Water and Sewer Pipe Laying - 13
(b) Supply Mains - Supply mains shall be tested at 150% of the hydro-
static pressure under which they are to operate. Tests may be
conducted after the line is completed and the backfill made.
(c) Duration of Test - Test pressures shall be maintained for a period
of at least 2 hours.
(d) Method of Testing - Where joints are left open for inspection,
ordinary operating line pressures may be used and the leakage
determined by inspections. Where joints are covered, metered con-
nections shall be used whenever practical. In the case of pump
lines where metered water is not available, the lines may be filled
and left under pressure for a period of 24 hours and the loss deter-
mined by pressure gages.
(e) Allowable Leakage - Leakage for all types of pipe shall be within
the limits set out in the "Tentative Standard Specifications for
Installation of Cast Iron Water Main," A.W.W.A. designation C 600-77
Should any test of pipe laid disclose leakage greater than that
specified, the Contractor shall, at his own expense, locate and
repair the defective joints until the leakage is within the speci-
fied allowance.
BACKFILLING
a Backfill Material - All backfill material shall be free from cinders
ashes, refuse, vegetable or organic material, boulders, rock or
stones, or other material which in the opinion of the Engineer is
unsuitable. However, from one (1') foot above the top of the pipe
to the subgrade of the pavement, material containing stones up to
eight (8") inches in their greatest dimension may be used, unless
specified otherwise herein.
(b) Use of Excavated Material as Backfill - When the type of backfill
material is not indicated on the drawings or specified, the Con-
tractor may backfill with the excavated material, provided that
such material consists of loam clay, sand, gravel or other materials
which, in the opinion of the Engineer, are suitable for backfilling.
Where excavated material is indicated on the drawings or specified
for backfill and there is a deficiency due to a rejection of part
thereof, the Contractor shall furnish the required amount of sand,
gravel or other approved material.
(c) Sand or Gravel Backfill - Where sand or gravel backfill is not
indicated on the drawings or specified herein and, in the opinion
of the Engineer, should be used in any part of the work, the
Contractor shall furnish and backfill with sand or gravel as
directed as an extra.
(d) Backfilling Under Pipe - All trenches -- whether the pipe,
fittings and appurtenances are laid on a flat bottom at subgrade,
laid on fill or laid on blocking -- shall be backfilled by hand,
I
LELLAND CONSULTING ENGINEERS , INC
L
Water and Sewer Pipe Laying - 14
from the bottom of the trench to the centerline of the pipe with
approved material placed in layers of three (3") inches and com-
pacted by tamping. Backfilling materials shall be deposited in
the trench for its full width on each side of the pipe, fittings,
and appurtenances simultaneously.
(e) Backfilling Over Pipe - From the centerline of the pipe, fittings,
' and appurtenances to a depth of one (1') foot above the top of the
pipe, the trench shall be backfilled with select materials and
shall be placed by hand. The Contractor shall use special care
in placing this portion of the backfill so as to avoid injuring or
moving the pipe.
(f) Backfilling to Grade - From one (1') foot above the pipe to the
'
grade shown on the drawings or specified herein, the trench shall
be backfilled by hand or by approved mechanical methods.
(g) Backfill Around Manholes - After manholes are completed and approved
the earth shall be tamped around the outside to a firm, compact
condition. Backfill shall not be made until the mortar coat around
' the manhole has firmly set.
(h) Backfill Under Permanent Pavement - Where the excavation is made
through permanent pavement, curbs, driveways or sidewalks or where
' such structures are undercut by the excavation, the entire backfill
to the subgrade of the structures shall be made with select mater-
ials. Such material shall be thoroughly compacted with air tamps
Ito the base of the surface to be replaced. Walks and driveways
consisting of broken stone, gravel, slag or cinders shall not be
considered as being of a permanent construction.
' (i) Backfilling Where Settlement Unimportant - Unless otherwise speci-
fied, the Contractor may backfill the trench from one (1') foot
above the pipe to the top of the trench with the excavated material,
' and the backfill shall be neatly rounded over the trench to a suf-
ficient height to allow for settlement to grade after consolidation.
' (j) Backfilling in Freezing Weather - Backfilling shall not be done in
freezing weather except by permission of the Engineer, and it shall
not be made with frozen material. No fill shall be made where the
' material already in the trench is frozen.
(k) Payment - Payment for backfilling shall be included in the price
bid under "Excavation and Backfill," or if the bid is for sewers
' complete in place in trenches of determined depth, the price bid
for such work shall include all backfilling.
McCLELLAND CONSULTING ENGINEERS , INC.
I
I
I
I
I
F]
I
I
Li
-1
I
I
I
H
L
I
Water and Sewer Pipe Laying - 15
REMOVAL OF EXCESS EXCAVATION
All excavated materials, except as hereafter noted, shall be the property
of the Owner, and shall be disposed of by the Contractor as the Engineer may
direct within a free haul of six hundred (600) feet. Any materials required
by the Engineer to be disposed of beyond the free haul limit will be paid
for at the rate of one (0.01) cent per cubic yard per one hundred (100) feet
of overhaul. Any excavated material not needed by the Owner for filling and
grading will become the property of the Contractor, but shall be disposed of
by him in a manner acceptable to the Engineer; in such case no extra payment
will be made for overhaul.
Whenever the water or sewer line is built in any unpaved street or alley,
the trench shall be refilled to the original surface of the street.
REMOVAL, RESTORATION AND MAINTENANCE OF SURFACE
(a) Allowable Removal of Pavement - The Contractor shall remove pave-
ment and road surfaces as a part of the trench excavation, and the
amount removed shall depend upon the width of trench specified
for the installation of the pipe and the width and length of the
pavement area required to be removed for the installation of gate
valves, specials, manholes or other structures. The width of
pavement removed along the normal trench for the installation of
the pipe shall not exceed the width of the trench specified by
more than six (6") inches on each side of the trench. The width
and lengths of the area of pavement removed for the installation
of gate valves, specials, manholes or other structures shall not
exceed the maximum linear dimensions of such structures by more
than six (6") inches on each side. Wherever, in the opinion of
the Engineer, existing conditions make it necessary or advisable
to remove additional pavement, the Contractor shall remove it as
directed by the Engineer and shall receive extra compensation there-
for, provided such additional work is not shown on the drawings or
specified. The Contractor shall use such methods, either drilling
or chipping, as will assure the breaking of the pavement along
straight lines. The face of the remaining pavement shall be
approximately vertical.
If the Contractor removes or damages pavement or surfaces beyond the
limits specified above, such pavement and surfaces shall be replaced
or repaired at the expense of the Contractor.
(b) Restoration of Damaged Surfaces and Property - Where any pavement,
trees, shrubbery, fences, poles or other property and surface struc-
tures have been damaged, removed or disturbed by the Contractor,
whether deliberately or through failure to carry out the requirement≤
of the contract documents, state laws, municipal ordinances or the
specific direction of the Engineer, or through failure to employ
usual and reasonable safeguards, such property and surface struc-
tures shall be replaced or repaired at the expense of the Contractor.
I
CLELLMND CONSULTING ENGINEERS , INC
I
' I Water and Sewer Pipe Laying - 16
' (c) Replacement of Pavement and Structures by Contractor - The Con-
tractor shall restore (unless otherwise stipulated) all pavement,
sidewalks, curbing, gutters, shrubbery, fences, poles, or other
property and surface structures removed or disturbed as a part
' of the work to a condition equal to that before the work began,
furnishing all labor and materials incidental thereto. In restoring
the pavement, sound granite blocks, sound brick or asphalt paving
' blocks may be restored unless and until, in the opinion of the
Engineer, the condition of the backfill is such as to properly
support the pavement.
(d) Cleaning Up -All surplus water main materials furnished by the
Contractor and all tools and temporary structures shall be removed
from the site by the Contractor. All dirt, rubbish and excess
' earth from the excavation shall be hauled to a dump provided by
the Contractor and the construction site left clean to the satis-
faction of the Engineer. All surplus water main materials furnished
' by the Owner and delivered to the site by the Contractor shall be
removed and delivered by the Contractor to a location designated
by the Owner. All surplus water main material furnished and
' delivered by the Owner shall be removed by the Owner.
CONNECTION TO EXISTING LINES
Where connections to existing lines are to be made, such fittings as
' shown on the plans shall be installed. If fittings are not specified, then
such fittings as are necessary to make the proper connections shall be in-
stalled. Wherever crosses or tees are installed for future connections, the
' section of the fitting not being used shall be plugged with a standard cast-
iron plug or cap.
Wherever it is necessary to connect to existing lines in use the Contrac-
t for shall notify the Water Superintendent of the Owner at least twenty-four
(24) hours prior to the time he is ready to make the connection. Together
with the Engineer, an agreed time shall be set for such connection to be made.
' If water service is to be interrupted, the time for making the connection
shall be at the discretion of the Water Superintendent and Engineer, and the
Contractor shall make such connections at the time specified.
When making connections to water lines in service, it is of the utmost
importance that the Contractor shall make such connections as quickly as
possible and water service shall not be cut off until the Contractor has
everything in readiness to the satisfaction of the Engineer.
No valves or hydrants in service shall be opened or closed by anyone
' other than the persons authorized by the Owner.
Where connections, other than service taps are to be made under pressure
Ito water lines in service, standard cutting -in -sleeves and valves shall be
used. They shall be placed according to the recommendation of the manufac-
turer and the instructions of the Engineer. After the sleeve, tapping valve
and all necessary equipment have been set in position the cut shall be made
NCCLELLAND CONSULTING ENGINEERS , INCA
I
1 Water and Sewer Pipe Laying - 17
' in the presence of the Engineer and the Water Superintendent of the Owner,
so if trouble should develop it could be remedied in the most speedy manner
possible. Cutting sleeves and valves shall be Mueller, or equal.
' Where tees, valves, crosses or other fittings are to be installed in
existing lines, a section of sufficient length of the existing line shall be
removed to allow the installation of the fitting, a short section of pipe
' and a connecting sleeve. The use of cutting -in sleeves for lead caulked
joints will be permitted if approved by the Engineer in advance. The use of
so-called cutting -in valves, tees or crosses will not be permitted. In all
' cases sufficient room to allow joints as herein specified shall be provided.
STERILIZATION OF PIPES
All pipes are to be sterilized, after laying is completed, by holding
' a chlorine solution of at least 50 ppm strength in the pipes for twelve (12)
hours. Sterilization may be carried on at the same time the leak test is
made as outlined above. After the lines are sterilized, samples shall
' be taken from each of the respective sections of the lines and tested in an
approved laboratory. The lines shall not be placed in operation until two
consecutive samples showing negative reports are received on each of the re-
' spective sections. Pipe used in force mains where the water is to be filtered
and for use in sewer construction, need not be sterilized. However, pipe used
in force mains, where water is to be used without filtration, shall be
sterilized.
FENCES
Wherever the line crosses fences it shall be the duty of the Contractor
Ito repair such breaks as it is necessary to make. All such fences shall be
replaced to their original quality and condition. Wherever livestock is
being retained by such fencing, it shall be the duty of the Contractor to
maintain the fence in such condition at all times as will prevent the escape
'of such livestock.
CROSSING STATE HIGHWAYS
' Wherever the line crosses a Federal or State Highway the Maintenance
Superintendent of the particular division involved will be notified. The
Contractor, together with the Maintenance Engineer shall make such provision
' for detours and the protection of the public as is necessary. The Contractor
shall expedite the work as rapidly as possible.
MEASUREMENT AND PAYMENT FOR WATER MAINS, VALVES, FITTINGS AND HYDRANTS.
Unless otherwise set out in the Proposal or the DETAILED SPECIFICATIONS,
payment for installation of pipe shall be according to the actual measure-
ments of linear feet of pipe complete in place. No deduction shall be made
' for valves, fittings, hydrants or other specials included in the length of
the line, but measurements shall be made from centerline of connection to
end of any main or branch line. If pipe is joined to fittings in place, then
measurements shall be from the end of the first piece of pipe laid. In
I
special structures such as creek crossings, buildings or other items in which
lump sum or other methods of payment include payment for pipe and fittings,
such pipe and .fittings shall not be included in the units measured for pay-
' ment for pipe in place.
McCLELLAND CONSULTING ENGINEERS , INC
I
I
n
C
I
fl
I
I
I
Li
I
I
I
I
Water and Sewer Pipe Laying - 18
The unit prices set out in the Proposal for the various sizes and classes
and kinds of pipe shall include the furnishings of all labor for construction
and testing the lines according to the plans and specifications and as
directed by the Engineer. It shall include excavation and backfill, street
repair, branch crossing, connection to existing lines and mains and every
other item of construction except those items specifically set out as separate
items of payment in the General and DETAILED SPECIFICATIONS or the Proposal.
Unless otherwise set out in the DETAILED SPECIFICATIONS or the Proposal,
installation of VALVES shall be paid for according to the unit prices set out
in the Proposal for the various types and sizes of valves complete in place.
Unless the valves are above ground level or in open parts of buildings, the
unit prices shall include installation of valve boxes as specified. Where
valves are to be installed in existing lines, the unit prices set out in the
Proposal shall include every item of labor and materials necessary for the
installation including all pipes and fittings.
Installation of HYDRANTS shall be paid for according to the unit prices
set out in the Proposal for the various types and sizes of hydrants specified,
complete in place, including all foundation, backing and encasing materials.
Except as otherwise provided in the plans and these specifications,
CAST-IRON FITTINGS shall be measured according to the theoretical weights
set out in cast-iron manuals or the manufacturer's table of weights, and
shall be paid for according to the unit prices set out in the Proposal.
The unit prices bid for such fittings shall include all cost of installation
and construction. Pipe fittings used in making connections to existing
lines shall be paid for according to the weight of the fittings. Pipe nipples
used shall be paid for at the unit price set out in the Proposal for the
respective size, class and length of pipe.
Payment for CUTTING AND REPLACING PAVEMENT shall be as set out in the
DETAILED SPECIFICATIONS.
MEASUREMENT AND PAYMENT FOR PIPE SEWERS.
Pipe sewers shall e measured for payment in linear feet along the
centerline of the sewer actually laid. No deductions will be made for wye
branches or manholes, measurement being from center to center of manhole or
center of manhole to center of lamp hole. Deductions will be made for special
structures unless otherwise shown on the plans. Sewers which extend only
through the walls of a structure will be measured to the actual end of the
pipe except as provided for measuring sewers through standard manholes. Where
branch openings in manholes are provided for future construction, payment
shall be made for such branch opening according to the size of the opening and
the number of feet from the center of the manhole to the plugged end of the
stub pipe. The cost of placing caps on the end of pipe shall be included in
the price per linear foot of pipe. Excavation and backfill shall be paid for
as linear feet of trench and the price shall be included by the bidder in the
price bid for pipe and pipe laying.
I
McCLELLAND COHSULT;NO ENGINEERS , INC
I
I
I
I
I
I
H
I
H
I
I
H
I
Water and Sewer Pipe Laying - 19
ROCK EXCAVATION
Measurement for rock excavation for pipe will be as set out in the
Detailed Specification.
Rock excavated shall be measured on the job at the end of each day's
operation, and the quantity of rock agreed upon between the Inspector and
the Contractor, or the Contractor's representative, shall be recorded and
initialed.
SEWER MAIN TESTING
After sewer mains have been installed and backfilled, all shall be
tested for leakage. Infiltration tests or exfiltration tests shall be
performed, and allowable leakage shall conform to those prescribed in
the latest revision of ASTM C-425.
' II McCLELLANG CONSULTING ENGINEERS , INC
H
' GENERAL SPECIFICATIONS
PIPE AND PIPE FITTINGS
'GENERAL
The materials listed and described in this section may be applicable
to any or all sections of these specifications. If a conflict should exist
' between the specifications in this general section and those in a specific
section the latter will govern and be followed.
CAST IRON PIPE
' Cast iron pipe shall conform to USA Standards A21.6, A21.7, A21.8 and/or
A21.9 as set forth in the DETAILED SPECIFICATIONS. Working pressure class
and thickness class shall conform to ASA A21.1 and the class to be used in
' this project shall be as set forth in the DETAILED SPECIFICATIONS. The type
of pipe joint may be bell and spigot, mechanical joint or push -on joint as
permitted by the DETAILED SPECIFICATIONS. Gaskets for mechanical joint pipe
' shall conform to ASA A21.11.
Cast iron pipe shall be certified by the manufacturer as to satisfactory
compliance with USA Standards pertaining to bursting tests and ring tests.
' Design values of the modulus of rupture and bursting tensile strength of the
iron shall be either 40,000 psi/18,000 psi or 45,000 psi/21,000 psi, as set
forth in the DETAILED SPECIFICATIONS.
All cast iron pipe shall be coated on the outside with either coal tar or
asphalt base material approximately one mil thick, and shall be cement lined
on the inside with a cement mortar. The interior lining shall conform to
'ASA A21.4.
DUCTILE IRON PIPE
' Ductile Iron Pipe shall be Class II meeting all sections of A.S.A.
Specification A 21.51-1965. Pipe shall be jointed with push -on or mechanical
joints meeting applicable requirements of specifications ASA A21.11. Pipe
' shall be coated and lined as stipulated above for cast iron pipe.
GALVANIZED PIPE
Galvanized pipe shall be Schedule 40, meeting ASTM A-120 and A-53 spec-
' ifications. Working pressure of fittings shall equal or exceed that of the
pipe. Threads shall be IPS.
' P.V.C. PIPE
Pipe and fittings shall be made from clean, virgin, NSF approved, Type 1,
Grade 1 PVC conforming to ASTM Spec. D1784. Pipe shall have triple
cleated natural rubber rings, integral bells, and be designed for a working
pressure of 160 psi at 73°F. All pipe shall bear the National Sanitation
Foundation Seal of approval for potable water. Laying length shall be a
minimum of 20 feet. Pipe shall be Johns -Manville PVC Ring-Tite, VisQueen
PVC or approved equal.
III McCLELLAND , CONSULTING ENGINEERS , INC
I
Pipe and Pipe Fittings - 2
CONCRETE PIPE
'
Reinforced concrete pipe shall be Class III meeting ASTM Specifications
C-76 and C-361 with "0" ring rubber gasket joints. Non -reinforced concrete
pipe shall be "extra -strength" pipe meeting ASTM Specifications C-14 and
C-443 with "0" ring rubber gasket joints.
CLAY SEWER PIPE
' a Standard Strength - Clay sewer pipe and specials shall be of best
quality, sound, vitrified clay, well burned throughout its thickness
impervious to moisture, free from cracks, flaws, blisters or other
imperfections, circular in bore and of true form. Pipe shall
'
meet the latest current A.S.T.M. Specifications for Standard
Strength Pipe (C13-54) except as specified in other additional
requirements. Pipe shall be of the socket type, with true circular
' sockets, concentric with the bore of the pipe and shall be furnished
in lengths not less than 22 feet. Maximum absorption shall not
exceed 8 per cent.
(b) Extra Strength - Extra strength pipe shall meet the above require-
ments and A.S.T.M. Specifications for Extra Strength Clay Pipe
' (C200 -53T, or latest revision. thereof).
(c) P.V.C. Joint - The P.V.C. joint shall be used in vitrified clay
pipe conforming to A.S.T.M. Designation C-13-54 or the latest
' revisions. The pipe shall be manufactured with a plasticized poly-
vinyl chloride resin gasket in the bell and on the spigot of the
pipe.
' CEMENT ASBESTOS PIPE
Shall conform to current ASTM Specifications for sewer or water pipe
and shall be equivalent to that manufactured by Johns -Manville Corporation
' or Keasbey and Mattison Company.
CAST IRON FITTINGS
' Fittings and specials shall conform to ASA Specifications A 21.10
and A 21.11 (latest revisions). Pressure class of fittings shall be 250 psi
for 3-12 inch sizes and 150 psi for 14" and above unless otherwise stated.
Cement linings shall be in accordance with ASA Specification A 21.4. Outside
' coating of fittings shall be as specified for cast iron pipe.
Unless otherwise noted, fittings may have the push -on type of joint.
' Mechanical joint fittings may also be used but in any event if fittings are
paid for on a weight basis, payment shall be made on the basis of ASA A21.10
published body weights for mechanical joint fittings not including acces-
' sories and not including cement lining weights.
GATE VALVES
Gate valves shall be iron body, bronze mounted, double disk gate valves
' with non -rising stem. Valves shall conform to AWWA Standards for iron body
gate valves for 150 pounds working pressure and be tested at 300 pounds water
pressure. Valves shall be furnished with 2 -inch by 2 -inch operating nut and
McCLELLAND CONSULTING ENGINEERS , INC
H
Pipe and Pipe Fittings - 3
shall open on counter -clockwise turn. All valves shall have "0" ring seals
and shall be mechanical joint type excepting that 2 -inch valves for use with
galvanized pipe shall be screw end valves. Gate valves shall be Mueller
A2380-20 or Clow, with teflon anti -friction ring.
VALVE BOXES
The Contractor shall provide for each valve installed underground, a
cast iron adjustable roadway type valve box, proportioned to allow the top of
the box to be set flush with the finished grade in that area at whatever
depth the pipe may be laid. Top of valve box shall have a removable cover
with provision for fastening securely and the cover shall be plainly marked
with the word "water" or have a large raised letter "W". The valve boxes
shall have a 5q inch opening in the shaft. The box must extend to 36" from
a minimum length of 24". The box shall weigh at least 75 pounds including
the lid. Valve boxes shall be Buffalo type, Mueller 562-S, or equal.
FIRE HYDRANTS
Unless otherwise specified on the plans or in the DETAILED SPECIFICA-
TIONS, fire hydrants shall be classified according to the diameter of the
opening of the main valve seat, and the number and size of hose connections.
Caps and nozzles shall be threaded to the National Standard thread of the
U. sizes shown on the plans or specified in the Proposal. Fire hydrant lengths
shall be adjusted by a hydrant riser to correspond to the depth of the trench
or established grades, and the cost of installation of such risers shall be
included in the price set out in the Proposal for the hydrant complete in
place.
Where specified in the plans or set out in the Proposal, the hydrant
shall be equipped with a breakable coupling above ground line. The hydrant
shall be so designed so as to make repairs to broken upper sections without
• digging out the hydrant. The upper section of the barrel shall contain hose
and pumper nozzles as specified.
The inlet to the hydrant shall be an elbow or hydrant shoe, provided
with a bell flange to fit the branch from the main; other types of flanges
are to be provided if set out in the DETAILED SPECIFICATIONS.
Drain openings shall be provided in the hydrant shoe to drain the
hydrant after use.
The operating stem shall be made of steel or wrought iron and shall be
sheathed in bronze or other suitable material where it passes through the
stuffing box. Working parts of iron or steel against other iron or steel
will not be permitted. All working parts, including main valve assembly,
shall be removable through the barrel without excavating. All materials
and workmanship used in the construction of hydrants shall be in accordance
with the current specifications adopted by the A.W.W.A. designation C502-73.
Each fire hydrant shall be tested to 300 pounds hydrostatic pressure
supplied from the inlet side, first with main valve closed for testing
valve seat, second, with main valve open for testing of drain valves and
strength of entire hydrant.
IMCCLELLAND CONSULTING ENGINEERS , INC
I
Pipe and Pipe Fittings - 4
All fire hydrants shall receive two coats of shop paint. One coat of
field paint shall be applied as specified by the Engineer.
RESPONSIBILITY FOR MATERIAL
' (a) Responsibility When Furnished by Contractor - The Contractor shall
be responsible for all material furnished by him and he shall
replace at his own expense all such material found to be defective
' in manufacture or damaged in handling after delivery by the manu-
facturer. This shall include the furnishing of all material and
labor required for the replacement of installed material discovered
defective prior to the final acceptance of the work.
(b) Responsibility When Furnished by Owner - The Contractor's responsi-
bility for material furnished by the Owner shall begin at the point
' of delivery thereof to said Contractor. Materials already on the
site shall become the Contractor's responsibility on the day of
the award of the contract. The Contractor shall examine all mater-
' ial furnished by the Owner at the time and place of delivery to him
and shall reject all defective material. Any material furnished
by the Owner and installed by the Contractor without discovery of
such defects will, if found defective prior to final acceptance of
' the work, be replaced with sound material by the Owner. The
Contractor, however, shall, at his own expense, furnish all supplies,
labor and facilities necessary to remove said defective material
and install the sound material in a manner satisfactory to the
Engineer.
(c) Responsibility for Safe Storage - The Contractor shall be respon-
sible for the safe storage of material furnished by or to him,
and accepted by him, and intended for the work, until it has been
incorporated in the completed project. The interior of all pipe,
' fittings and other accessories shall be kept free from dirt and
foreign matter at all times. Valves and hydrants shall be drained
and stored in a manner that will protect them from damage by
' freezing.
(d) Replacement of Damaged Material - Any material furnished by the
Owner that becomes damaged after acceptance by the Contractor shall
' be replaced by the Contractor at his own expense.
HANDLING OF MATERIAL
' a Hauling - All materials furnished by the Contractor shall be
delivered and distributed at the site by the Contractor. Materials
furnished by the Owner shall be picked up by the Contractor at
' points designated and hauled to and distributed at the site.
Pipe, fittings, valves, hydrants and accessories shall be loaded
and unloaded by lifting with hoists or skidding so as to avoid shock
t or damage. Under no circumstances shall such materials be dropped.
Pipe handled on skidways shall not be skidded or rolled against
pipe already on the ground.
1
' U wcCLELLANO CONSULTING ENGINEERS , INC
I1
I
I
I
n
I
[1
I
I
I
I
I
Pipe and Pipe Fittings - 5
In distributing the material at the site of the work, each piece
shall be unloaded opposite or near the place where it is to be laid
in the trench.
(b) Care of Pipe Coatin9 and Lining - Pipe shall be so handled that
the coating and lining will not be damaged. If, however, any part
of the coating or lining is damaged, the repair shall be made by
the Contractor at his expense in a manner satisfactory to the
Engineer.
MEASUREMENT AND PAYMENT
See Pipe Laying section of the General Specifications.
' I< McCLELLAND CONSULTING ENGINEERS , INC
I
II
H
II
i
LI
(I DETAILED SPECIFICATIONS
I
L
II
I
I
H
' 1` McCLELLAND CONSULTING ENGINEERS , INC
n
1
DETAILED SPECIFICATIONS
US 62 WEST AND US 71 BYPASS
SEWER MAIN RELOCATION
1. SCOPE OF THE WORK
' The work to be performed under this Contract as shown on the plans and
provided for in the specifications includes the furnishing of all
equipment, labor, tools, supplies, and materials required for the
construction of sewer main relocation and related work as provided for
'
in the Proposal.
2. GENERAL SPECIFICATIONS
The General Specifications covering the various phases of work set out
in these specifications which precede the Detailed Specifications shall
' govern and control all work to which, in the opinion of the Engineer,
they apply. Since the General Specifications are, as the name implies,
• general in nature, they may in some cases refer to work and conditions
' not found on this project, in which cases such nonapplicable
stipulations will have no meaning in this contract. In case of conflict
between General and Detailed Specifications, the Detailed Specifications
shall govern. The General Specifications included herein are;
Water and Sewer Pipe Laying
' 3. PAYMENT
' Methods of payment provided for in the General Specifications are in
some cases superseded by specific conditions set out in the Proposal
and Detailed Specifications.. In such cases, the provisions of the
' Proposal and Detailed Specifications shall apply.
4. QUALITY OF THE PLANS
I The plans have been made with care but cannot be assumed to be correct
in every detail when many of the conditions to be encountered are not
shown on existing map and are underground.
The approximate location of existing underground water and gas lines
are shown. No attempt has been made to show house service connections.
' The placing of this information on the plans in no way obligates the
Owner as to its correctness, as it is indicative only and is placed
there for the information and assistance to the Contractor.
It is the expressed intent of these Plans and Specifications that the
Contractor is to make his own investigation of conditions to be
1
McCLELLAND CONSULTING ENGINEERS , INC
I
H
I
I
I
TI
I
C
H
n
I
I
I
I
H
encountered, including rock and underground'water, and the submission of
the Proposal by the Contractor for the work constitutes his compliance
with this requirement.
5. ALTERATION OF PLANNED QUANTITIES AND CONDITIONS
The Owner reserves the right to alter the location, grade and other
conditions pertaining to the items of construction within the Contract
if it is deemed to be in the best interest to provide the needed
service and/or facilitate construction. Likewise, the Owner may
order a change in the quantity of any item, in which case the cost to
the Owner for those set items shall be based upon the unit prices bid
in the Proposal. In addition, certain items may be deleted, in which
case credit to the Owner will be determined also by the unit prices
bid in the Proposal.
6. COOPERATION WITH UTILITY COMPANIES
The sewer mains to be constructed hereunder will be placed in roadways
or easements presently occupied by gas lines, water lines, telephone
lines, or T.V. lines. The Contractor shall exert every effort to
contact and cooperate with these utility companies so that the existing
utility lines will not be disturbed nor service interrupted. An attempt
has been made to provide information relative to the location and
existence of these lines but in some cases it may be that the
information is incorrect or incomplete. The Contractor shall maintain
close cooperation with utility companies to ascertain the validity
of the information supplied. The Contractor shall be responsible for
cost of repairs to any and all lines caused by his work hereunder.
7. PAYMENT FOR EXTRA WORK
Whenever work is required which is not provided for under these Plans,
Specifications or Contract, or work which is not in keeping with the
general work for which there are unit prices, the Contractor shall
perform the work as directed by the Engineer and shall receive as
compensation therefor, the total cost of the work based on the
Contractor's actual expense plus twenty (20) percent for overhead and
profit. No extra work shall be performed except upon written notifi-
cation from the Engineer.
8. WORK ON PRIVATE PROPERTY
Most work to be done under this contract will be performed on private
property. A temporary easement has been obtained from the property
owner for construction purposes. The easement does not permit the
wanton destruction of trees, shrubs, walls or other improvements. The
Contractor shall safeguard and restore the properties to a condition
similar to the condition found prior to entering them. In some cases,
particular instructions will be given the Contractor relative to the
protection of certain improvements,and in all cases, lawns.
will be hand -raked (after all settlement of the trench backfill
Detailed Specifications - 2
I
CLELLAND CONSULTING ENGINEERS , INC
H
H
I
I
I
L
I
Li
I
I
I
I
I
I
11
I
9
10.
has occurred), seeded and fertilized. Since this work is being
performed on behalf of the City of Fayetteville, good public relations
and cooperation with the property owners shall be exercised by the
Contractor. Temporary fences for the protection of livestock and
permanent fencing at the completion of the work shall be the responsi-
bility of the Contractor.
LAWS, CODES AND ORDINANCES
These plans and specifications are to be regarded as minimum require-
ments. The Contractor shall further comply with all applicable Federal,
State and Local requirements.
All material and equipment shall be new, of the best quality and design
and free from defects. All material and equipment furnished in quantity
shall be of one manufacturer for each item unless otherwise specified
by Engineer.
GUARANTEE
This Contractor, by acceptance of these plans and specifications and
signing of Contract, acknowledges his acquaintance with all requirements
and guarantees that every part going to make up the system as herein
described shall be as specified and will be erected in a most thorough
and substantial manner by experienced labor.
He guarantees that all material.as provided in this specification will
be free from, all obstructions of every description and will be free
from holes or -broken places and well -bonded together.
He further guarantees to hold himself responsible for any defects which
may develop in any part of the entire system, including apparatus and
appliances as provided for under the specifications, due to faulty
workmanship, design, or material for a period of one year from date of
final acceptance and shall repair or replace any defects occurring
during this period without cost to the Owner and to the complete
satisfaction of the Engineer.
MAINTENANCE OF TRAFFIC AND RESPONSIBILITY TO THE PUBLIC
The Contractor will maintain all street and drive cuts, fence cuts,
backfill operations and other work to such an extent that the lives
and property of the public are not endangered and that no excessive
nuisance will be created. Payment for this work is subsidiary to
other items of the Contract.
Should the Contractor fail to promptly correct any condition which
does not comply with the above requirement, after such condition has
been brought to his attention by the Engineer, the Owner may make or
have made such corrections as may be needed and all costs incurred
by the Owner deducted from the Contract cost.
Detailed Specifications - 3
I
LLANO CONSULTING ENGINEERS , INC
L
L
L
I
Li
Ii
I
I
I
I
LI
I
Li
I
LI
I
12. TRENCHING AND BACKFILLING
Trenching shall be conducted as described under General Specifications
entitled Water and Sewer Pipe Laying contained herein. Trenching
through rock shall be carried down past the prescribed grade a minimum
distance of six (6) inches. Further excavation may be ordered by the
Engineer if, in his opinion, conditions so warrant to prevent future
breaking of the pipe. A fine crushed material, sand or loam shall be
used over the rock to cushion the pipe. Backfilling shall be conducted
in a workman -like, conscientious manner. The pipe shall be backfilled
in "lifts" not to exceed six (6) inches, each lift being tamped by
hand or mechanical means prior to placing the succeeding six inch lift.
This procedure shall be followed until a minimum of twelve inches of
material has been placed over the bell of the pipe. Material placed
thusly shall consist of only sand clay material. No large stones,
frozen lumps, broken concrete, asphalt or other large, hard material
shall be used in the first 24 inches of the backfill. Backfilling of
street crossings and driveways shall be done entirely in six inch lifts
using SB-2 or similar granular, non -plastic material. No power
equipment normally used to push or dump earth material shall be used.
Hand filling and mechanical or hand tamping will be required, and the
Engineer may direct that the fill materials be slightly moistened to
assist in its consolidation. Materials saturated with water will not
be used in the backfill. Backfill material shall be consolidated until
it reaches a density equal to that found in the undisturbed earth
adjacent to the trench.. Trenches cut for sewer main installation shall
be hand -graded to eliminate high and low places, thus preventing beam
action of the pipe. Hand grading of. the trench bed and/or bedding
material shall be required for pro
condition shall e Type B or E, as
Standards Institute.
t3eaaing
can National
Trench depths of up to approximately thirteen (13) feet will be
encountered on this project and it is expected that bracing and shoring
will be necessary. Such bracing and shoring shall be conducted as
described under General Specifications section entitled, "EXCAVATION
AND PREPARATION OF TRENCH", paragraph (n).
13, HIGHWAY SIGNING
While working along or in the highway right-of-way., the Contractor
shall set out signs for Type 1 utility work as shown in the Appendix,
Traffic Controls For Utility Work. The Contractor shall supply all
necessary signs according to Arkansas State Highway and Transportation
Department requirements. No direct payment will be made for the signs.
Payment for this work is subsidiary to all contract items.
14. OPERATIVE SEWER MAINS AND SERVICES
Since the work is one of sewer main relocation, sewer mains in operation
will be encountered. All sewer mains and services in operation must
remain in operation at all times. When a sewer main or service
Detailed Specifications - 4
I
McCLELLAND CONSULTING ENGINEERS , INC
1
I
I
I
I
I
I
I
I
El
L'
I
1
I
L
I
must be interrupted due to construction, the Contractor will notify
the Owner and see to it that the sewer main or service is back in
operation as soon as possible. The Contractor will work with the
Engineer and the Owner for setting up a time for temporary interruption
of operation of a sewer main or service.
15. SEWER PIPE
The bid price for this item shall include trenching, furnishing and
laying pipe, backfilling, clean-up and restoration work, testing, and
all work incidental to placing the sewer pipe. It shall be laid on
line and grade as established by the Plans or the Engineer in the field.
Ductile Iron Pipe will be used in all highway bores at the locations
shown on the Plans. The balance of the pipe will be either ABS Truss,
Vitrified Clay Pipe, or Ductile Iron Pipe as determined from alternate
bid schedules.
12", 20", & 24" DUCTILE IRON PIPE, where specified for this project,
shall comply with the requirements of specification AWWA C150-76
(ANSI A 21.50-1976)
8", 12", 21'.', & 24" VITRIFIED CLAY PIPE., where specified for this
project, shall be plain end pipe conforming to dimensional and strength
requirements of A.S.T.M. C-200, latest revision.
8" &
12" ABS
TRUSS PIPE, where
specified for
this project, shall be
ABS COMPOSITE)
as
manufactured by
ARMCO, or equal.
TRUSS
PIPE
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. All sewer pipe, as laid
and accepted, will be measured in the field through all manholes. The
total pipe laid and accepted will be paid for at the price per foot
bid in the proposal.
16. MANHOLES
The Contractor shall furnish all tools, equipment, labor and materials
to construct manholes for this project. They shall be poured -in -place
concrete manholes, as shown on the Detail Sheet of the Plans. The
Contractor shall seal around all influent and effluent pipes with care,
to prevent infiltration of storm water. Manhole frames and covers
shall be of the 300 lb., street type, and shall be placed to conform
to the grade and slope of the matching ground, concrete or asphalt
surface.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. Measurement and payment
for manholes shall be as covered in the General Specifications for this
project under "Manholes, paragraph (j) Payment".
Detailed Specifications - 5
I
LANE COMSUITIMQ FMQIMFFRS - INC
I
L
I
I
U
I
I
I
I
J
H
I
I
L
[]
I
I
17
19
ROCK EXCAVATION
Rock excavation shall be a separate pay item in this project. Paragraph
12 of these Detailed Specifications describes the depth of excavation
below the pipe, and the cushioning material and method for safe -guarding
the pipe. Rock is defined, for the purposes of these Specifications,
as sandstone, hard shale, limestone or very hard chert which cannot be
removed without the use of an air hammer or by drilling and blasting.
Boulders larger than a cubic yard in size shall be classified as rock
also for compensation purposes. The Contractor shall exercise extreme
care in blasting. See the requirements pertaining to insurance in the
General Provisions of these Specifications. The Contractor hereunder
shall be required to furnish evidence of blasting insurance in the
amounts shown. No rock excavation is expected on this project.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. Rock excavation will be
measured daily in the open trench, only after the Engineer has
determined that the excavation qualifies as rock excavation. The
length of rock excavated, multiplied by the depth, multiplied by the
width shall determine the quantity of rock excavation. The maximum
width of rock excavation, for pay purposes, shall be thirty six inches
(36"). The quantity of rock excavation.so determined will be paid for
at the unit price bid in the Proposal.
CRUSHED ROCK SPECIAL BACKFILL MATERIAL
Crushed rock backfill material shall be used in backfilling trenches
which cross driveways, roads, and streets and shall be crushed
rockS material designated as SB-2. The material shall be placed from
12" above the pipe bell to the top of the trench in compacted lifts to
prevent future settling.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. The total tons of SB-2
material authorized, placed and accepted by the Engineer will be
evidenced by delivery tickets brought with each truck load of material
and surrendered to the Engineer. The total tonnage so evidenced will
be paid for at the unit price per ton bid in the Proposal.
ASPHALT PAVING REPAIR.
Streets, roadways, and aprons having asphalt surfaces shall be repaired
after construction and consolidation of the backfill material is
complete. The SB-2 material previously placed shall be hand graded
to a depth of 2" below the surface and compacted with hand tamps. The
base thus prepared shall be primed with MC -30 prime oil and allowed to
cure for approximately 24 hours. Hot mix asphalt shall be hand -placed
and hand raked to conform to the configuration of the adjoining surface,
after which it shall be compacted with hand tamps or roller until the
repair presents a smooth dense surface.
Detailed Specifications - 6
L
CLELLAND CONSULTING ENGINEERS , INC
I
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. The quantity of asphalt
placed and accepted will a measured in the field after all work has
' been completed and accepted. The square yards of asphalt repair so
accounted for will be paid for at unit price bid by the Contractor in
the Proposal. The maximum width of the repair for payment purposes is
thereby established at six and one-half feet.
20. HIGHWAY AND STREET CROSSINGS
I
The sewer main shall be constructed across U.S. Highway No. 62 as
shown on the Plans. Arkansas Highway Department regulations require
that the highway be crossed by boring or tunneling if possible. The
I
extent of the required bored casing, its depth, size, gauge, and lo-
cation are shown on the Plans. If it is determined that a highway
crossing cannot be bored because of rock, the Owner shall obtain approval
' from and coordinate with representatives of the State Highway Department
to proceed with trenching across the highway. The highway shall be
trenched only half way across at any time, to allow passage for traffic.
Extreme care shall be exercised by the Contractor at all times to assure
' safety far workmen and passers-by. Flags, barricades, signs, flagmen
and battery -operated blinker lights shall be used to the fullest extent.
Pits adjacent to or near the highway pavement shall be closed at the
' earliest possible time. Anytime pits must beleft open, suitable
barricades, lights and signs shall warn all persons of the potential
danger.
' A sewer pipe shall be contained in a casing pipe, as shown on the
Detail Sheet of the Plans. Casings shall be 36", 30", and 24" O.D.
smooth wall spiral welded steel pipe with 0.312, 0.312, and 0.250
inch wall thickness, respectively. Both ends.of.the casing shall be
closed by masonry bulkheads to prevent intrusions of earth'.
' Any backfilling utilized in the highway right-of-way shall be crushed
rock (SB-2), moistened and tamped to achieve full consolidation. Top
soil shall be placed six (6) inches deep over the SB-2 in the mowable
' areas of the right-of-way.
Where highway pavement has been cut to allow trenching, the method of
• repair shall be similar to that described and required herein for
' street repairs. Base and surface materials shall be removed back five
(5) feet, from the edges of the previously dug trench, a 6" concrete slab
shall be poured, and after curing, -the slab shall be tacked and overlaid
' with two (2) inch thick hot mix asphaltic concrete. The finished
asphalt surface shall be dense and smooth, laid to neat outside lines,
and shall match the adjoining pavement surfaces. The highway
right-of-way shall be kept clear of all unnecessary obstruction, and,
' at the completion of crossing the highway, the premises shall be
cleaned and dressed to immediately eliminate all hazards to vehicular
traffic.
•
' Detailed Specifications - 7
McCLELLAND CONSULTING ENGINEERS , INC
I
The Owner will obtain a permit from the Arkansas Highway Department
•' for all work on highway right-of-way. The permit will be issued in
the name of the Owner, and the Owner will provide the bond and pay
bond costs required to assure proper restoration of the highway
right-of-way and pavement.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. Highway crossings, on an
individual basis, shall be bid as a lump sum, as shown in the Proposal.
' Sewer pipe, however, will be paid for at the unit price bid elsewhere
in the Proposal. All other items of materials and labor shall be
included in the lump sum price. This includes pit excavation, boring,
' furnishing and placing casing, SB-2, topsoil, repairs to highway
pavement, trenching (if required), flagmen and signs, lights and
barricades. The Contractor will be paid the lump sum price bid for
each acceptable crossing.
' 21. INFILTRATION-EXFILTRATION TESTS
' After lines and manholes are in place and the ditches have settled, but
before final street repair and cleanup, all sewer lines shall be tested
by one of the following procedures:
IA. Water Test.
Each section shall be filled with water and the leakage measured.
This test will be conducted in accordance with A.S.T.M. C-425 with
' the following exceptions: exfiltration shall not exceed 200 gallons per
day per inch of pipe diameter, per mile of pipe. All pipe joints shall
be subjected to a minimum of 10 -foot head during the test procedure.
' B. Air Test.
The equipment for this test shall be identical or equal to the
"Air-loc" system manufactured by Cherne Industrial, Inc., Hopkins,
Minnesota.
1. All openings shall be plugged, one plug shall have
tan inlet valve for the introduction of air pressure.
2. Internal pressure shall be brought to a 4.0 psi
' (pressure is not to exceed 5.0 psig at any time).
.
. After the internal pressure has stabilized for at
least two minutes, the line shall be "bled off"
' to a pressure of 3.6 psig. At 3.5 psig the timing
shall begin to determine the time required for the
pressure to drop the 2.5 psig. If this time (in
minutes) is greater than that shown in the table
Detailed Specifications - 8
McCLELLAND CONSULTING ENGINEERS , INC
7
I
below, the pipe shall be considered free from defects.
I
I
1
I
22
LL
L
C
L
I
23
H
I
I
I
Pipe Size (inches)
8
10
12
15
18
20
21
24
Minimum Time (minutes)
4.0
4.5
5.5
7.0
8.5
9.5
10.0
11.5
If a section of pipe is found to be defective it shall be tested at
20 foot intervals to find the exact location of the leak. The leak
shall then be repaired and the entire section re -tested.
BRUSH CLEARING AND REMOVAL
The proposed sewer line will be routed through areas of brush
and small timber. The Contractor, in submitting his bid, signifies
that he has inspected these areas and is familiar -with the extent
of cutting required, the size of the brush and trees, and the.
accessibility for removing the debris from the job site. It is the
intent that no large trees will be removed in this contract, though
no quarantee is made that such is to be the case. If trees must be
trimmed, the work shall be performed expertly, with neat, smooth cuts
and with no broken or mangled branches left on the trees. All brush
and debris shall be removed from the job site and disposed of at a
suitable location. The Contractor shall cooperate with property
owners in this regard, to maintain proper public relations and to
preserve and protect plantings and trees where possible.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. Payment shall be made
according to the lump sum price bid under Item 16 of the Proposal for
the complete clearing and removal of the brush as described above.
SEEDING
After all other work is complete and after trenches have completely
settled, all areas which have been disturbed by construction shall -
be hand raked to present a neat, smooth appearance. Then seed, ferti-
lizer, and water shall be applied according to the following paragraphs.
Grass seed, of the variety selected by the Engineer (according to the
time of year and the type of application) shall be applied at the rate
of thirty-five (35) pounds per acre. Clovers and lespedezas, if used,
shall be innoculated with the proper culture immediately prior to
planting. Immediately after seeding, the areas shall be lightly raked
Detailed Specifications - 9
I
CLELLAND CONSULTING ENGINEERS , INC
I
I
I
I
I
I
C
I
I
I
H
I
I
I
I
I
to cover the seed. Fertilizer of the 10-10-10 variety shall be applied
by suitable means at the rate of five hundred (500) pounds per acre.
Water shall be applied immediately following the application of
fertilizer in sufficient quantity to completely saturate the topsoil.
The Contractor shall observe the above work periodically, after
completion, and shall re -apply water as necessary until a firm stand
begins to form.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. Areas to be treated as
described for this work shall e designated by the Engineer, and after
completion and acceptance of the work, payment will be made according
to the lump sum price bid under Item 17 of the Proposal.
24. DRAWINGS AND SPECIFICATIONS
The drawings and Specifications are to be construed according to full
intent, meaning, and spirit when taken either together or separately.
Drawings and Specifications taken co -jointly shall be deemed to explain
each other and be descriptive of necessary work to be performed under
contract. Any apparent discrepancy in either drawings or specifications
shall be promptly reported to the Engineer, who is sole interpreter of
the meaning of the plans and specifications, and...his directions shall be
followed. Any work shown on the drawings and not mentioned in the
specifications, or vice -versa, shall be fully executed and carried
out the same as if mentioned in the specifications and shown on the
drawings.
25. SITE INSPECTION
This Contractor shall inspect site, study existing conditions, check
with drawings and specifications, and be fully informed as to work
required to complete contract. No allowance will be made for
misunderstanding after the contract has been awarded.
26. FEES, PERMITS, ETC.
This Contractor shall pay all fees, licenses, permits, inspections,
etc., incurred in obtaining services and installing work and shall
deliver to Owner at completion of job all permits, inspection approvals,
etc.
27. CLEAN UP
Cleaning the job site as work proceeds shall be of critical importance
under this contract. The Contractor shall be required to maintain a
separate crew, as necessary, to clean up and remove debris immediately
behind the pipe laying crew, or to otherwise provide for proper and
thorough clean up. Failure to perform this function will result in
an order from the Engineer to cease laying pipe or to cease performing
other work until the clean up is complete. Good public relations are
Detailed Specifications - 10
I
LAND CONSULTING ENGINEERS , INC
L
an essential part of this work, and the Contractor is hereby advised
' accordingly. Part of the consideration in keeping the job clean lies
in constructing manholes immediately following the pipe laying operation
In similar fashion, the Contractor shall construct manholes promptly
' and backfill each as rapidly as possible.
28. CONCRETE ENCASEMENT
' At locations where there is not a minimum cover of 3 feet over the top
of sewer pipe, the pipe shall be encased with concrete having a compres-
sive strength of 3000 psi at 28 days and to the dimensions shown on the
' Detail Sheet of the Plans.
METHOD OF MEASUREMENT AND PAYMENT. This item will be paid by the
linear feet of concrete encasement poured as measured by the Field
' Engineer at the price bid in the Proposal.
29. CORRUGATED GALVANIZED METAL PIPE
' The corrugated metal pipe shall be fully asphalt coated having a speci-
fied minimum thickness of 0.79 inches and 2 2/3" X 1/2" corrugations.
' The pipe shall conform to the AASHO Specifications M36 and M218 and to
the dimensions as shown on the Plans and in the Proposal. The pipe
shall be bedded firmly and uniformly to provide suitable support along
its width and length. At locations where the pipe passes beneath the
' Frontage Road, crushed stone material, SB-2, shall be used as backfill
under, along and over the pipe to the dimensions shown on the Plans.
Compaction of SB-2 material along the pipe shall be performed carefully
' and thoroughly by hand and/or mechanical equipment without damage to
the pipe.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. The corrugated galvanized
' metal pipe will be measured in the field and the total feet of pipe
measured and accepted by the Field Engineer wil.l be paid for at the
unit price per foot bid in the Proposal. The unit price per foot bid
' in the Proposal for the corrugated galvanized metal pipe shall include
the cost for the SB-2 and the compacting of the SB-2 material along
the length of the pipe.
30. MANHOLE REMOVAL
At the locations shown on the Plans, or as directed by the Field
' Engineer, the manholes will be dug up, removed from their existing
positions, and disposed of at a suitable off -site dump by the
Contractor. The Contractor will take extreme caution when removing
' the manholes so as not to damage any utilities located in the near
vicinity of the existing manhole to be removed or interrupt sewer
service unless prior approval has been obtained as specified heretofore.
' METHOD OF MEASUREMENT AND BASIS FOR PAYMENT. This item is to be
paid at a unit price for each manhole removed. Payment will be made
when the manhole has been removed, disposed of off the site, and
' accepted by the Field Engineer. The unit price is to include all
necessary materials and equipment to perform the task.
Detailed Specifications - 11
McCLELLAND CONSULTING ENGINEERS , INC.
I
31. SERVICE CONNECTIONS
Service connections are to be made by the Contractors at the locations
shown on the Plans. There will be no seperate pay item for the service
connections. The costs for making the service connections will be
subsidiary to the cost of laying the sewer pipe.
I
I
I1
U
I
I
[I
I
I
I
I
I
I. J
IIDetailed Specifications - 12
' II McCLELLAND CONSULTING ENGINEERS , INC
III
I
L
I
I
I
Li
I
I
I
I
I
H
I
I
FEDERAL WAGE RATE DETERMINATION
I
CLELLAND CONSULTING ENGINEERS , INC
IJ
I
NOTICES
0.
so
•' v 4 N 4 - a . 9 -- 9
> •a > . Y JOUo •'1 C
Y Y W J W • Y O Y - d Y OY• S d O V
O • .9 u O Y V O A b Y ]. 0
O Y Y O b T Y O Y ✓ O - O 4 u C Y J Y ••4
4 4 C C. C 04'C A Y ✓ 6 Y . N DC
O OYr -4.1' AY La A ••• A 1 d0SErT`
.Y Y Y 4 r.4• N M- C Y E. -.0j y4 Y Y Y �. O q V n Y U O 0C A P 0 O 0 6 O 00. ✓ ✓ 0. O •J 4 C U r L r O.
O 04 b 4 O .4. LO u Y O]] u O A A O• u C S O
p
p 0 4 V 9> A) P 9 b Y A I. Y A 4 - P .401
0 O Y J O 4 Y Y 4 C O 4 O b Y b Y O Y y 4 4 Y L
9 u •O Y Y q ✓ V Y b d y y 0 4✓ Y O V O O O Y
1 4 A A Y Y 4 9 Y L L C0..0 O V V O O d A O✓ a A Y✓✓ E L
C Y Y 0 V Y U• A 0 O O V y Y V 4 O 4 A 6 L Y O 4✓ A E U A A G U
• QN > Y V b r 4 Y Y L..4 A 0 Y ,Y r q4 4 U A Y E Y Y Y V A
O a. 6 m u O u O 6 O u P r 0 E 0 0~ V L u' E P b O V d . C Y 0. 0. 6 u E C
Z r Y V 0uyo4 P 99 Y a •> 60 4000YP0
O O�j 0^ O E. Y A L Y OW o.C440 w r O OW O C N
r Jp C g O q O 4 L J 8 r V Y b L '-S—An ^ A Y .V Y L r w Y Y 4 A
W 4 V - L • C V w Y q u L+ P W L Cc N L q .4 Y o N C— 0 0 0 L L E
yl Y 4 U 6 U Y L I.
.n A m N Y r P O n A Y r P L Y E V d— P O Y Y✓ J U O
�.. u U V C U C U N u .4 > N 0 -. y E C C] 4 L L 0 C J u V 4 N n L] L U U U C C
0 Y C C A W A N J m V U L C 4 O O U V ✓-. O •� .4 L N Y -.. O Y A O n) V 0
p3
0000 000WW 4YJ. (0.4�6�SSppS4� S 0 d 44044 NNFFH FW
u
A
U'
N
C, fl
' r b
✓ O V
✓ V �.Y U
y ✓ N ✓ C
A • .i-
nn-
0
Z 0 •• C O C
Z L3 I. 4 — n
U 060
4q
C ✓
a
• -3
N0O
j C
CC'
r
-y-
YY —
6Aun
✓I A ✓ ] Y
"C3
A
A U ✓
Y 9 • n
- M1Og4
1- . C
• O ✓ A T
' J 4 .
I - Ca C al
)L
Sn O CO
ti Z A
Q .. CI-
-
O 6 o u
P OT]
ex -$n✓
u C U 6 C
V 0 Y
n Q Y✓
I. tl
2 ] Q
.C 0 —Om
CC.'.
YL fl -I
q
W V1 Y 6 C •.1
1. w ('U P
S U 6N -4J
N O N O L fl
o
Ia
Ui
u
V
v
A 1
m
r
V
. W
Y
Y
..
✓ A
V
•O
V
Y'
Co
O
V V
V
.0
Y6
Y Y
r
d C 0
•4 Y
Y
Y
0
q
O
Y
G •4 Y
C
E V
0
Y
U V
Y
1
A
Y
•u
o m
[ W
Y Y d
Y 6
O
n y
Y
.•
•s0.
0
11011.
A 6
Y
A O
✓
E 6
0.
Y—
Y
Y
00
Y Y
Sate
E Q
J
9 Y
u.
A
O
0
O n
d
-
Y
-4'
Y Y
L CL
V
n u q
u G
.40'
Y
✓ n
eta
O.
G
Y V
6 L
W Y O
•
n F.
Y
a"
Y
C V—
N
1.01 Y
. V
Ca -.4C
V•
Y Y Y
O
r
Y u 4
Y 6
9 C4 3
•+f1.
0. C C
6
O
Y% Y%
O
Y
C
P
d n y
G 0
C0 A Y
C
E
g 9
Y Q
J_ 0..I
d Y
Y
W
r M
r C
O Y n
Y V n Y V
Y
.0.
-I-IC
Y
V E n
E
000
Y
N V L
O r
G Y
Y 3
P Y
Y
C E
V M
U d d
Y K
Y
CO
—
0112
O
Y Y ..
•4
Y n
Y O Y Y
01531.
>044
Y W
O
Y Y
Y Y
'00.
T
Y •-z
J Y Y
Y Y
Y Y
Y Y Y Y
L >,E
0
o
n Y^
d N L
r
Y Y N✓
0.
J.
C
J u 1.510110-4.4
[
Y b V 1 Y
O 4
Y
Y L W
P
M]
L V
Y Y
Y>
O Y
...C
tl O
U V V
Y A A
4 C
Y Y Y Y
u
Y n
Y V
VC A n
L S
P
4.
Y
4 Y i
J C Y
L L
0 Y
0 0 0 V E
U
V Y
Y •¢
L G G
V •� C
J -1
U V U
U
u
Y
0 N
Y
V
0.0 C
Y -. O
V0.0.11 d
Y Co
CCC 14.00.2.0
C Y 4y1
P 6 0.
Y J .
0 N
C CCC
"
La
O
1 ]
0
J 6
p
0.p
d
W
OY
O
V
A O
S S S
V V
[0
V V V
6 p
Q C<
W 0
C
O (j
O
0
V V -
dV
I
Federal Wage, Rate - 1
DECISION N0. ARJ9-L0}1.
Bade Frigt Benefit, Peymenti
Howdy Edvwfen -
Rat.• H S W Ptn len• Vacation end/ar
' Truck Driverst
oistrlbutor truck driver App,. Ti.
Semi -trailer 3.90
IAYboy driver 1.20
Transit mix truck driver 3.90
Truck driver (M n.y-mi ai aun psy
t load in excess of 3000 Ibs) 3.60 -
Truck driver (light-naxlmum pay
load 3000 lbs) 3.50 I
Welders finish 5.00
Welder, rough 4.2s
well driller 5.00
Well driller helper 4.34
Electricians 6.50
Electrician, helper 5.00
DECISION NO. AR79-4025 - Mod, ai '
44 FR 6864 - February 1, 1979
Statewide, ,trkanscs'
CH. i tE: -
' fluttdote, operator, rough .
$
Finishing machine operator 4,30
'1
DECISION fl R79 -4025 -Mod. 42
' 44 FR 6864 -February 2, 1979
Statewide, Arkansas Basic Fnnye Smut. Payments
N 'viiy Edu<atian
Rates H 3 W Pension% Vacetien end/el
CHA2ICE: App:. Tr.
' La�rers 53.10
1
1
•
' Federal Wage Rate - 2
I
1
1
1
1
1
STATE WAGE DETERMINATION
LELLAND CONSULTING ENGINEERS , INC
I.
I
I
I
I.1
I
I
I.
I
I
H
C
II
I
Page _1 of _3 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATES
DATE: January 10, 1980
PROJECT: Sewer Main Relocation in the Vicinity
of the Intersection of U.S. 62 West and
U.S. 71 Bypass
Fayetteville, AR
Bricklayers
Carpenters
Concrete finisher
Ironworkers:
Structural
Reinforcing
Laborers:
Air tool operator
Asphalt heater operator
Asphalt raker
Carpenter helper
Chain saw operator
Checker grade
Concrete finisher helper
Concrete joint sealer
Concrete saw operator
Form setter
Laborer
Pipelayer
Powderman
Vibratorman
Painter
Pile driver leadman
POWER EQUIPMENT OPERATORS:
Aggregate spreader operator
Asphalt plant firemen
Asphalt plant drier operator
Batch plant operator
BULLDOZER OPERATOR:
Finish
Rough
Bull float operator
Concrete curing machine operator
Concrete mixer operator (less than
5 sacks)
Concrete mixer operator (5 sacks
or over)
Backhoe, operator - rubber tired
(1 yard or less)
Cherry picker operator
Concrete paver operator
Concrete spreader operator
DETERMINATION # 79-62
COUNTY Washington
EXPIRATION DATE
5-10-80
BASIC
HOURLY
RATE
H
&
\v
Pensions
Vacation
Education
and/or
Appr. Tr.
$5.20
5.20
5.20
4.50
3.75
3.65
3.65
4.20
3.75
3.75
3.75
3.75
3.75
3.75
3.90
3.10
3.75
4.50
3.50
4.50
4.50
4.00
3.25
3.25
4.00
4.30
4.25
4.00
4.25
3.75
4.50
4.25
4.25
4.75
4.75
I
I
I
I
I
I
I
I
I
L
I
I
I
I
I
I
7ago 2 of_— ARKANSAS DEPART\TENT OF LABOR
P1 EYAILING IVAGE DETE R.IIINATION - HEAVY RATES
DATE: January 10, 1980 DETERMIINATIONT 79-62
PROJECT: Sewer Main Relocation in the Vicinity COUNTY _Washington
of the Intersection of U.S. 62 West and EXPIRATION DA'Z'E: 5-10-80
U.S. 71 Bypass
Fayetteville, AR
Crane, derrick, dragline, shovel,
backhoe operator (1½ yard or less)
Crane, derrick, dragline, shovel,
backhoe operator (over 1'-2 yard)
Crusher operator
Distributor operator
Drill operator (wagon or truck)
Elevating grader operator
Euclid or like equipment operator
(botton or end dump)
Finishing machine operator
Forklift operator
Form grader operator "
Front end loader operator:
Finish
Rough
Hydro seeder operator
Mechanic
Mechanic helper
Motor Patrol Operator:
Finish
Rough
Mulching machine operator
Oiler and greaser
Pile driver operator
Pub mill operator
Roller operator (self-propelled)
Scraper Operator:
Finish
Rough
Sod slicing machine operator
Stabilizer mixing machine operator
Tractor operator (crawler type)
Tractor operator (farm & wheel)
Tractor operator wheel type (with
attachments 1 yard or under)
Trenching machine operator
Stonemasons
BASIC
HOURLY
BATE
1I
&
1V
Pensions
Vacation
Education
and/or
Appr. Tr.
5.00
5.25
4.00
4.00
4.30
4.75
3.85
3.85
3.55
3.55
4.75
4.30
3.85
5.00
4.00
5.00
4.25
3.85
3.75
4.40
3.55
3.85
5.00
4.25
3.50
4.00
3.85
3.55
4.00
4.00
5.20
I
I
Ll
I
I
I
•1
1
I
I
I
I
I
1
1
Page 3 of 3_ ARKANSAS DEPART1IENT OP LAI3OR
PREVAILING WAGE DETERMINATION - HEAVY RATES
DATE: January 10, 1980 DETERMINATION # 79-62
PROJECT: Sewer Main Relocation in the Vicinity COUNTY Washingtc
of the Intersection of U.S. 62 West and 5-10-80
U.S. 71 Bypass EXPIRATIONDATE:
Fayetteville, AR
Truck Drivers:
Distributor truck driver
Semi -trailer
Lowboy driver
Transit mix truck driver
Truck driver (heavy maximum pay load
in excess of 3,000 lbs.)
Truck driver (light -maximum pay laod
3,000 lbs.)
Welder, finish
Welder, rough
Well driller
Well driller helper
Electricians
Electricians helper
BASIC
HOURLY
RATE
H
&
Nv
Pensions
Vacation
Education
and/or
Appr. Tr.
3.90
3.90
4.30
3.90
3.60
3.50
5.00
4.25
5.00
4.25
6.50
5.00
I
I
I
L
I
I
I
APPENDIX
I
I
I
I
I
I
I
I
' it McCLELLAND CONSULTING ENGINEERS , INC
I
1
1
1
i
1
•
1
1
1
1
1
1
1
I.
1 11
1
1
1
;l
r'';
I
I
I
I
I
I
I'
s
i0
I
I
n
:
III
QW
III
I
IiI
II
I
I
to
L'J
S
ii
W I I I
•
a : QQ = • • I
-
p I •po : I •. W I i Pt
• m -
Q •i v W - -
O £NQ•
1 W J- p :A i
u_ 00 _ S • I a y' • _ Q Ju • '> J I I to ,I
O : N - W ..- • ;u
Z Q J
p i W S '.1.. r1 1' o ow
C I LJ1y O a 411
e l u=m V O AI > I C 6-'
O•
V p0 BJ
v= • a W i
.WJ U WF I • l V
-a Bid 1 t 3
a L� • , II a q
p
9 f n,
' ae
•
.
.. :
3
2 I
1 { I f I I
II
� II" • •:a
e
£:• E
z - ::
1• • a -
I I P a
. e
•• ifbiu:�•:a
I Q: • e•- E: S
:.
' 3(' I •
•r e :. : E i
•II I�)
<lv) ;•E I
Ii •
Q
� V I
i
•• -i i
a Oy
Is IN
p j n
• I•�,•I.:f 1.1 •a n.
p In O x e n I t=J T i
I _ it j '
I S I .1 Jr.
0 M
• T
I • .
_ L Pc
tillIs
•„
JJ
T • x0
Lp
VO
N•
�Jp
y
-O
• V I V i•
F
-
•no
W .TI.-_.
O
V: V:
0 :X X
L••••
$•nXry
1
n
. V
n y.- n F • n: F
I I I`
=��LL I• Hk Y• F-oY�W
•-.-c9-O---._ .� - _ >111H - 111.111
__J-0Co----Q- -�-
•L u V
- •V n V n Y V n• O Y
F n n n
It
W'_I; Zi �_I WIII
II
JFW- ml ml
I Wgta
j W•�aQ N O'Q 3 W'.Q o