Loading...
HomeMy WebLinkAbout40-80 RESOLUTION• RESOLUTION NO. 4o -SD • A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE CONTRACTS WITH FRASER CONSTRUCTION COMPANY AND SWEETSER CONSTRUCTION COMPANY FOR THE RELOCATION OF WATER AND SEWER LINES ALONG U.S. HIGHWAY 71 AND PORTER ROAD. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute contracts with Fraser Construction Company and Sweetser Construction Company for the relocation of water and sewer lines along U.S. Highway 71 and Porter Road. A copy of the contracts authorized for execution hereby are attached hereto, marked Exhibits "A" and "B" and made a part hereof. PASSED AND APPROVED this Le — day of CITY'.CLERK APPROVED: , 1980. MICROFILMED CERTIFICATE OF RECORD State of Arkansas City of Fayetteville SS 1, Bonnie Goering, City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or foregoing is of record i:t my office and the same ap- pears in Ordinance f.4 Resolution book hast page— Witness my cj sc 1 this L 1 -----C4— =—day of ]9 GP Ci 4 SPECIFICATIONS FOR HWY 71 BYPASS & PORTER RD INTERCHANGE - SEWER RELOCATION • WORK ORDER # 2633 MARCH 1980 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSk CITY ENGINEERS' OFFIC.' 5 cs—'7o w/s /- • r • i INDEX ADVERTISEMENT FOR BIDS BID BOND PROPOSAL FOR SCHEDULE I ARKANSAS PERFORMANCE AND PAYMENT BOND CONTRACT AGREEMENT INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE SPECIFICATIONS DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS DETAILED SPECIFICATIONS PART III MATERIALS • PAGE N^. PAGE NO. 1 2 4 7 10 12 16 31 33 46 r • l at - !i UNITED STATES FIDELV-`�: ARANTY COMPANY We o, _;ae t (A Stec Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Jerry D. Sweetser, Inc.r FaxettevilleA AR as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto pity of as Obligee, hereinafter called Owner, in +he amount of....hlitte,...T.b.Q.U.Santh.sQfe...buxu zad....t fl ty... .S.eL..eXl...1 IQp L,�.�27 ...4Fl, 5....r5.Q.l:�,.Q.Q.r.n..e..a.A.r..r..r..r. Dollars jb..../..6..[..r.Q..........), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated May 20, 198 entered into a contract withOwnerfor furnishing all labor and material for the construction of Highway 71 Bypass &Porter Road Interchange sewer relocation for the City of Fayetteville, AR in accordance with plans and specifications prepared by City Engineer. , which contract h by reference made a part hereof, and h hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION is such that 0 the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay +he Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under' this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on This bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of +he Surety exceed the sum set out herein. Executed on this 29th day of May 19 80 etarys, . .�%�- i' : ` 3 ;? J:.r..Y 1.. U By rescie STATES FI cipal ELITY AND GUARANTY COMPANY, Surety —,1 AttoTh n-fccf' Ix" - By. .. Neil Danner icca tc Czal Contract 158 (Arkansas) (1047) • •1113 aaou ntvg fo lano3 aouadng ay/ /0 1/aat0 aenog •H ;sego» EL 61 '0 'V ` RePl jo Asp Inst s143 'p1o3911 3o ;moj a 8upq auras aql AID aa0mpleg 30 mm00 a0uadnS a41 30 leas ay; xgpe pus putty Am las olaaaq I '/oaaayy ,Cuowp;eal uj •ammsu8!s aulnua2 s!q aq of animals atp anagaq Aluan pas '/smoN Nes a41 30 SuppMpueq atp t M palu!nnbas ate 3 flg1 A3paa0 aaqun3 1 -u!aaayt papaoaaa aq ox spaap 3o pseud ao 'slvam2paJMompe asp put sgmeo 1ams!unupe 01 MEI Aq pazyolpnt pue u1OMs put pauolss!mm0a hpnp 'a1Ompleg 3o Apo a41 103 pat u! 'putt/selq 3o ale1S am 30 aggnd Aat20N t Supp °s p amp atp 1e sem 'amtu sty pagtnsgns olaaayl sty INA put 'apem aaaM n Aepg3e paxauue am motile auopaq `as nbs3 ` jjnV • r ;aegaaH ;rn1 Apuaa Agaaaq op lease set; pus 'pm3ag I° U"0O e s! unop 4a!4.% `M O auomp1Eg 1° amo0 aopadns am 30 mato ` annoy •H ;aagou 41 (pauSls) (L9.6) £ 93 K' a (YYas) C •ottgnd Aamopr `AID 3g0I1II IVs QM4V7A11VIQ 40 31VIS jjnV •r ;zagzaf (pau8tg) (RV3s) •• Ili •61 '0 'V 'Ain' ux step ;sag amp sandxa vo!senumoa AIN •Ausdmoj aq; 30 'AlaAlpadsaa '•(as;aaaaS me16!ssy pUE luap!saad-aa!A sa Japes mpg Aq o1aaag1 sameu nay; pau9!s Lay; ;nap pus 'Ilan • modtoo pies go mopaal0 j0 pimp ay; 3o lapao Aq paxg os sent ;! Imp 'leas a;caodaoa vans sem Aauaouy 30 aaMod pies 01 paxgge leas ay; ley; : uopeaodaoa pies 30 leas ay; Maui! ;pea hay; ley; :Aauaony 3o aaMod Suloea/0j atp paumaxa ga!4M pue a! paquasap uopeaod • aoa 94; 4ANVdI40O A.LNVIIV00 ONV A1,113013 S9LVIS 03.LINfl p199 a41 3° Aae;aaaas Iue;s!ssy am pull Iuaplsaad-aa!A ay; dlaAlaadsaa aaaM .zaR011 •1 PTAeg pue •Sr •iijrag •At meals -tag P!us me magi 1291 !punk/TR 'anompleg 30 Ano atp u! papal day; ;mp plan 'uloM6 Ajnp hg Eaanas am Aq Ru!aq mist 'palulenboe Agtuosaad me 3 1110411 p° Toy glpM'AusdmoD plus 30 Aaalaaaas Iuelslssy' zaROg •'j PTAEU Put ANVdNIOO AINVIUV00 (INV AII'I301d S3LV.S G31.11111 asp 10 luap!saad-aa!A' •Jr •gjeas 'At u1ei;Sag amen Agauosaad am aaopaq ' £161 •0 'y ' Rey, I° Asp 113 SZ 9141 110 •Am;anas lumrmry ze.Cog •Z pTAeg -luaprraad-a33A •zr 'Rjeag •A1 mez;zag .cg 'xNVd1110O AINViIVnn ONV AItI30I3 S3LVIS 031IN0 :ss 'ALIO 31101fLL'IV!I 'UNV'IAUVN JO 3LVIS (!Ivas ) EL61 '0 V ' Rey( y;1/4 etz.1.-- `a,( � 30 hap 11:SZ s!y1 'Aae;aaoas Iue1s!ssy pus luap!saad-aa!A sl! 30 samltu9!s a41 Aq pa;sans Alnp 'leas a;ei9Ado3js; j2TMtt 9 j aq 0 luaumt;su! ;gmpasnea sett ANN/d1103 AINVI1V11O QNV ALI130I1 S3LVLS 03IIN0 P!29 941 799:191/41:4.199u0211 uj- v. •swasaad asayl 3o anuli Aq saspuaadagty u! ogjh ijroy< Aau 9 i4 zauueg IT9g //rte 'oma pies 941 1anaos1E4M put ge suuguOa put sagnea Agway '5101aan0 10 pxeog sl! 'sn 42noayl •ANVdIQOO ALNVIIVOO 0NV ALI130I3 SILVIS 03IIN0 P1H6 941 puE :haulm)! 30 aaMod s!1I1 30 Iced a apeur pue paroling °aata4 s! ga!gle jo Adoa pag!uaa a 'ANVd1NOO ALNVIIVOO QNV ALI130I3 S3IVLS 03LIN0 Ms 941 go saomaan0 30 Frog am go uonnlosaa alp u! 41ao3 las amt; pua mar pe pus Ave uuopaad pue op AlaApaadsaz ox pue 'spuoq ge pue Aue a5palleomgaa put Seas 'amoaxa 01 pue `01 A;ams se aunts slg tags oI :$M ox 'sasodmd Su!Mogo3 aql aoa ee3ue)lzV gee Ue71.IV 3o 21E1g am aoa pua m Annus 1n3Ma1 put anal s•1! 30 aluxg0jlTA01.1.aRe,3 3o Alp °p 30 ,zauueg ITaN lu!odds pue alnlpsuoa Agaaaq scop `pue3Aaa3% go alms atp u! `atotuppg jo MD a4; le aag3o Iedpupd s1! Suuey puts •pue!daeL4 10 alms ayI 30 sleep ay; aapun 9unslxa pue pazluasiao uoputodtoa e • ANVdNVOO ALNVIIV00 0NV AIPI30L1 S3LVIS 03IIN0 1941 seas °M ASNF!OLLid 30 HSM0d 'IVUSMHD .IdOD CI3I3ILI137 :e;uasatd Bray; .4 uaf4' 1p many ss 1 1 - COPY OF RESOLUTION 1 That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, lie it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal. to appoint any person or persona as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act. to execute and deliver any and all con• tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings. required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys•in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by Lw, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, David M. Engler , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is • fall, true and correct copy of the original power of attorney given by said Company to Neil Danner of Fayetteville, Arkansas , authorizing and empowering hits to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directon of said Company, duly called and held at the office of the Company in the City of Baltimore, on the lith day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY -on (Date) May 20, 1980 Assistant Secretary. tE- ADVERTISEMENT FOR BIDS Project No. W.O 2633 City of Fayetteville, Arkansas (Owner) Separate sealed bids for Hwy 71 Bypass & Porter Rd Interchange - Sewer Relocation will be received by Sturman Mackey at the office of Purchasing and Budgeting until 10.00 o'clock (A.M.-RRA g' S.T. D.S.T.) April 15 19 80, and then at said office publicly opened and read aloud The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the fol -lowing: City Engineer's Office, City Administration Building, 109 West Mountain Street, Fayetteville, Arkansas Copies may be obtained at the office of City Engineer located at City Admininstration Bldg. upon payment of $ 10.00 for each set. The owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Information for Bidders. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. No bidder may withdraw his bid within 30 days after the actual date of the opening thereof. (Date) 1 Sturman Mackey, Purchasing & d ge ting Officer • • L BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of 19 The condition of the above obligation is such that whereas the Principal has submitted to certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the a NOW THEREFOR, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of the obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 2 • • • L • IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal Surety SEAL BY: 3 • PROPOSAL FOR SCHEDULE I (A UNIT PRICE CONTRACT) Place Date 1i9 7etre vi IIP P, Proposal of e .Q D Sw P P S ,e e a corporation* organized and existing under the laws of the State of , and qualified to do business in the State of Arkansas; a Partnership* consisting of - an Individual* trading as TO THE CITY OF FAYETTEVIT.T.F, ARKANSAS: • The bidder in compliance with your invitation for bids for the construction of Hwy 71 Bypass & Porter Rd Interchange - Sewer Relocation having examined the Plans and Specifications with related documents and the site of the pro- posed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct the project in accordance with the Contract Documents, and at the unit prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Word Order" of the Engineer, and to fully complete the project within 20 consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank 4 • MIE ITEM NO. ESTIMATED QUANTITY AND DESCRIPTION *(1) 485 L.F.'of 10" D.I.P. Class 50 (2) 130 Tons SB2 UNIT** PRICE Q/J TOTAL didozfrt Dolla Ou /LC 57J s S/ Ye) o. (3) 4 C.Y. Class A Concrete Dollars s /d"O d $ /3040,6 $ g•c/D $ 3 a,Ud 9%.ce>, JS • TOTAL $ ottaAL iZ;M te.,„S) y`40414:11 :r l Zo 1-. - �'- V tot *NOTE: Fittings, bedding SB -2, and solid rock excavation shall ail je�fluined in the unit price of pipe. E.= "':1- =. **Unit prices to be shown in words and figures. In case o61disc2epan�cey/amount shown in words will govern. �'�yt)i i1:..13% �� ' • • J ** Unit prices to be shown in words and figures. shown in words will govern. The above unit prices shall overhead, profit, insurance, etc kinds called for. In case of discrepancy amount include all labor, materials, bailing, shoring, ., to cover the finished work of the several Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of Sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph 8 of t Geral Conditions. The bid security attached in the sum of Sp is to become the property of the Owner in th�even the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully Submitted: E tY D , set"ed By SEAL - -if bid is by a corporation p 86)7),? 1;49'er-re✓1/I( (Busine s Address and zip ode) 6 Am- 77 7o) • • • ARKANSAS PERFORMANCE AND PAYMENT BOND (14-604 Arkansas Statutes) KNOW ALL MEN BY THESE, PRESENTS: • That we (1) a (2) , hereinafter called "Principal" and (3) of , State of hereinafter called the "Surety", are held and firmly bound unto (4) , hereinafter called "Owner" in the penal sum of dollars ($ in lawful money of the United States, for the payment of which sum well and truly to be made, said principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, daCed the day of , 19 , a copy of which is attached and made a part hereof for the construction of: NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agree- ment of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing material for or performing labor in the prosecution of the work provided for in such contract, any any authorized extension or modification thereof, all amounts due for, but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of, or in connection with, the wages earned by workmen covered by the bond; and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. 7 The -Eurety` agrees the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as determined by the Arkansas Department of Labor or U. S. Secretary of Labor, whichever is greater, to all workmen performing work under the contract. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alternation, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same, shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each of which shall be deemed an original, this day of , 19 . ATTEST: • (PRINCIPAL) BY SECRETARY (PRINCIPAL) (TITLE) (SEAL) (ADDRESS) WITNESS AS TO PRINCIPAL (SURETY) BY ADDRESS ATTORNEY-IN-FACT ATTEST: SECRETARY (SURETY) (SEAL) WITNESS AS TO ATTORNEY-IN-FACT ADDRESS ADDRESS NOTE: Date of Bond must not be prior to date of Contract. (1) Correct name of Contractor (2) A Corporation, a Partnership, or an individual, as case may be (3) Correct name of Surety (4) Correct name of Owner (5) If Contractor is Partnership, all partners shall execute bond (6) This bond must be filed with the Circuit Court of the County where the work is to be performed, prior to the start of const- ruction - (7) Must be executed by Arkansas Local Resident Agency for Surety • • CONTRACT AGREEMENT 1. This Contract and Agreement, made and entered into this 20th day of May , 19 80, by and between the City of Fayetteville, Arkansas, Party of the First Part, acting through its' duly authorized representative, and Jerry D. Sweetser, Inc. Party of the Second Part: WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and supplies required to be furnished and to construct the improvements designated as Hwy 71 Bypass and Porter Road Sewer Relocation for the City of Fayetteville, Arkansas, in exact accordance the Plans on file at the office of the Party of the First Part, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkansas. 2. It is further agreed and understood by and between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done under this agreement, the unit prices named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified, he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of apenalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the contract, provided that extensions of time with waiver of liquidated damages may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the laws of the State of Arkansas, and for not less than one hundred (100) percent of the amount of this contract. Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the Water and Sewer Department for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall 10 • } i .? be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas. 5. The Party of the Second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workmen's Compensation Insurance in amounts as required bythese Specifications. 0 WITNESS OUR HANDS THIS ,7S -ri-'‘ DAY OF AP 42, �Q� ItilIT S. I.v z 3iflat SEAA�AL4-- :anY.) �t i . i CITY OF FAYETTEVILLE ,FAYETTEVILL RKANSAS By )tar WITNESS: ,a/ea/ cc 77 �. BUSINESS ADDRESS • Or or Affix; Corporate Se a+Lll 2(if any) 11 7c2 70 / • • EIMME INSTRUCTIONS TO BIDDERS 1. 9UALIFICATIONS OF CONTRACTORS: Before submitting a bid, bidders must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the successful bidder must be legally qualified in all respects to do business in the State of Arkansas. When called upon to do so after receipt of Proposals, bidder shall prepare a Financial Statement, Experience Record, and Equipment Schedule. These statements shall reflect the current status of the bidder. The statements of each bidder must show net liquid assets or credit facilities in an amount of not less than fifteen (15) percent of the total amount bid. Each bidder must ha -e had at least three (3) year's experience in construction of similar improvements and must have successfully completed at least three (3) such projects. Each bidder must have equipment available which, in the opinion of the Engineer, is adequate to complete the work under these Specifications in the time allowed for completion. Should any bids be received from bidders whose statement, when filed, fail to show that the bidder's qualifications meet the minimum requirements above -enumerated, such bids may be rejected. 2. LOCAL CONDITIONS: Bidders shall read the Specifications, examine the Plans, and make their own estimates of the existing facilities and the difficulties which will attend the execution of the work called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications or from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPOSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn on a National Bank or a bank having membership in the Federal Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal guarantee shall be in an amount not less than five (5) percent of the bid and made payable to the Contracting Authority to whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or other bid qualifications, shall be sealed in a separate envelope firmly attached to the outside of the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed Proposal shall be returned to the bidder unopened. The amount of any check or bond shall be retained by the Contracting Authority as liquidated damages in case the bidder neglects or refuses to enter into a contract and to furnish the required contract bond within ten (10) days after the prescribed contract and bond forms are presented for signature. 12 • • • Checks of unsuccessful bidders will be returned immediately after • a contract has been executed. PROPOSALS: (a) Proposals shall be strictly in'accord with the prescribed forms, furnished with the Specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (b) The bidder shall state in words and figures the lump sum and unit prices for which he proposes to do each item of work covered by the Proposal. In case words and figures do not agree, the words shall govern and the figures shall be disregarded. (c) It is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents, including items for which no quantities are given, and the quantities given in the "List of Variable Quantities" at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjustment of the "Basic Bid" by reason of variation of actual variable quantities from the quantities given in the "List of Variable Quantities". In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents. (d) Proposals may be submitted for any or all Schedules, if more than one Schedule is included in the work, but bidders submitting a proposal for a "construction" Schedule must submit a proposal for any other Schedule of work incident thereto, such as "Electrical" and "Plumbing". Where a bidder bids on more than one Schedule and desires to accept the proposal, but any reservation on the part of the bidder to make a decision on what Schedules he will accept after bids are opened will render the bid null and void. - (e) Proposals must be signed, in writing, by an individual authorized to bind the bidder. (f) Proposals must be submitted complete, with all other Contract Documents in their original binding as furnished by the Engineer. They must be submitted at the place and on or before the time specified in the Advertisement for Bids. (g) Proposals must be submitted in sealed envelopes addressed to the Contracting authority, and clearly marked on the outside of the envelope, "Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (h) The Contracting Authority will not consider bids covering only a portion of these Specifications. 13 J (i) The unbalancing of bids will not be tolerated. Evidence of material unbalancing will be considered cause for rejection. 5. MODIFICATION OF BIDS: No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for opening. 6. BID BONDS, CONTRACT BONDS, AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. 7. CLARIFICATION OF CONTRACT DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for any interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed Documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsequently secures a set of Documents The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Documents. 8. EXECUTION OF CONTRACT DOCUMENTS: Following the award and within ten (10) days, provided for in the Proposal, the successful bidder shall properly execute five (5) counterparts of the Contract Documents • 9. BASIS OF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case of more than one Schedule of Work) submitting the lowest and best bid (or combination of bids), considering the contractor's experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The Contracting Authority reserves the right to select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between any Alternatives in the Proposal. 14 • • 10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS: ' If this contract is less than $ 20,000.00 the following exception applies: The Contract or is not required to be licensed under the terms of Act 150 or the 1965 Acts of the General Assembly. 11. TIME OF COMPLETION AND L19UIDATED DAMAGES: Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 20 consecutive calendar days thereafter. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials. (b) Insurance requirements. (c) Wage rates. (d) Special equipment which the Contractor must use on the job. 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: with respect to all work performed under this contract, the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctors care of persons (including employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for the removal of injured persons to a hospital or a doctors care. 15 rT- GENERAL CONDITIONS OF THE SPECIFICATIONS 1. GENERAL DESCRIPTION: The work embraced in these Contract Documents consists of the following: Constructing approximately 485 feet of 10" D.I.P. sewer main 2. DEFINITION OF TERMS: Wherever in these Documents the following terms are used, they are understood to have the following meanings: "OWNER" or "CONTRACTING AUTHORITY" shall mean the City of Fayetteville, Arkansas. "ENGINEERS" or "ENGINEER" shall mean the City Engineer, Fayetteville, Arkansas, City Administration Building, 107 West Mountain Street (P.O. Drawer "F"), Fayetteville, Arkansas. "CONTRACTOR" shall mean the individual, partnership, or corporation that may have entered into the contract with the Contracting Authority to perform the work specified herein. "WORK" shall mean the furnishing of all necessary tools, labor, equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 3. LAWS AND REGULATIONS: All work shall be done in conformity with the laws of the State of Arkansas, and any subdivision thereof, municipal and local laws and ordinances, and all applicable federal statutes, laws or regulations. No convict labor shall be employed on this project. 4. CONTRACT DOCUMENTS: The "Advertisement for Bids", the "Proposal", the "Bond" the "Instructions to Bidders", the "General Conditions", the "Detailed Specifications", and the "Plans", are each and all of the Specifications component parts to the agreements governing the work to be done and the materials and equipment to be furnished. 16 The Contract Documents are complimentary, and what is called for by one shall be as binding as if called for by all. The intention of the Documents is to include all tools, labor, equipment, materials and supplies necessary for the proper execution of the work. Materials or work described in words which so applied have a well-known Technical or Trade meaning shall be held to refer to such recognized meaning. The following copies of the executed Contract Documents will be provided: One for the Contracting Authority, One for the successful Bidder, One for the Engineer, One for the Surety, One for filing with the Circuit Clerk in the County where the Work is to be performed. S. SUBCONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, submit to the Engineer, in writing, the names of any Sub- contractors he proposes for any part of the work. The Engineer's approval must be secured, in writing, on all Sub- contracts before they are made and signed. The Contractor shall be held fully responsible to the Contracting Authority and the Engineer for the acts and omissions of his Subcontractors and of the persons directly or indirectly employed by his Subcontractors. Nothing contained in these Specifications or in the Contract Documents shall create any contractual relation between any Subcontractor and the Contracting Authority. 6. TFIE CONTRACTOR: It is understood and agreed that the Contractor has satisfied him- self as to the nature and location of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee of the Contracting Authority or Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 17 3 7. T1TE ENGINEER: The Contracting Authority contemplates and the Contractor shall permit and make possible a thorough inspection by the Engineer of all work and materials furnished under the Contract Documents. The Contractor shall perform the work to the satisfaction of the Engineer. No work shall be performed by the Contractor without the knowledge and approval of the Engineer. The Contractor shall be an "independent contractor" with full power and authority to select the means, methods and manner of performing the work, being responsible to the Contracting Authority for all materials delivered and the results contracted for. The authority of any represen- tative of the Contracting Authority of the Engineer is limited to such determinations concerning the interpretation and performance of the Contract Documents. The failure of any representative of the Contracting Authority or of the Engineer to condemn or reject work or materials, or otherwise to exercise any function entrusted to him, shall not excuse the Contractor from the faithful performance of this Contract, nor shall such action imply any acceptance by the Contracting Authority or by the Engineer of faulty work or materials. The Engineer shall, within a reasonable time after presentation, make decisions in writing on claims arising between the Contracting Authority and the Contractor and shall make interpretations of plans and specifications. 8. BOND: Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the amount of ninety-five (95) percent of the contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and obligations arising from the execution and performance of the Contract, and guaranteeing the work against faulty workmanship and materils during construction and for one year after completion, all provisions of the bond to be complete and in full accordance with the statutory require- ments. The bond shall be executed with the proper Sureties through a company licensed and qualified to operate in the State and approved by the Con- tracting Authority. If at any time during the continuance of the Contract, the Surety on the Contractor's bond becomes irresponsible, the Contracting Authority shall have the right to require additional sufficient Sureties which the Contractor shall furnish to the satisfaction of the Contracting Authority within ten (10) days after the notice to do so. In default, thereof, the Contract may be suspended, and all payments or money due the Contractor withheld. The bond must be filed with the Circuit Clerk of the County in which the work is to be performed before any work under the Contract is performed. A form of this bond is attached hereto and made a part of these Specifications. W 3. 9. 'INSURANCE: The Contractor shall maintain such insurance as will protect him from claims under workmen.'s compensation acts and other employee benefits and from claims for damages because of bodily injury, including death, and from claims for damages to property which may arise out of operations or the work, whether such operations be by himself or by any subcontractor or any- one directly or indirectly employed by either of them. The insurance shall be written in companies authorized to do and doing business in Arkansas and for not less than the following limits: Comprehensive General Public Liability with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000; Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $ 100,000 and $ 300,000 and property damage limit of $ 50,000 for each accident; Standard Workmen's Compensation and Employer's Liability covering with statutory limits; Contractual liability insurance with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000. Certificates of such insurance shall be filed with the Engineer before work commences under any contract or subcontract. 10. ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights, and shall save the Contracting Authority from loss on account thereof. 11. INSPECTION: The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work done shall at all times be subject to the inspection of the Engineer or his authorized representative to see that it is done in accordance with the Contract Documents. Inspectors may be appointed by the Engineer or Contracting Authority and their duty shall be to guard the Contracting Authority against defects and deficiencies in the work and to see that the work is done in accordance with the Contract Documents. Inspectors shall have authority, subject to the final decision of the Engineer, to condemn and reject any defective work and to suspend the work when it is not being done properly, but the responsibility for the work and compliance with the Contract Documents and all applicable laws, rules and regulations shall be the Contractor's. Inspectors shall have no authority to permit any deviation from the Plans and Specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. 19 The inspector shall in no case act as foreman or perform other duties for the Contractor, nor interfere with the management of the work by the latter. Any advice which the inspector may give the Contractor shall in no wise be construed as binding to the Engineer in any way or releasing the Contractor from fulfilling all the terms of the Contract. All condemned work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with instructions in this respect, the Contracting Authority may, upon certifi- cation by the Engineer, withhold payment or proceed to terminate the contract as provided herein. Any defective work may be rejected by the Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. 12. WORYMANSHIP AND SUPERINTENDENCE: The Contractor shall keep on this work, during progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the service of all workmen, mechanics, tradesmen, and other employees necessary in the execution of the work contemplated herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate, or in- competent, or who neglects or refuses to perform his work in a satisfactory manner, shall be promptly discharged. It is particularly called to the Contractor's attention that only first-class workmanship will be acceptable. 13. POSITION, GRADIENT, AND ALIGNMENT: The Engineer shall set such stakes to proper line and grade as may be necessary for guidance of the Contractor in the proper performance of the work, and all work must conform closely to the lines and grades given. It shall be the duty of the Contractor and his employees to call the Engineer's attention to any stakes which may have been disturbed or which seem to be off line or grade. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless desruction, he shall be charged with the resulting expense and shall be responsible for any mis- takes that may be caused by their unnecessary disturbance or loss. 14. PROTECTION OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: The Contractor shall adequately protect the work, the Contracting Authority's property, adjacent property and the public from injury, damage or loss arising in connection with the contract or the work. 20 The Contractor shall provide and maintain all passageways, guard fences, lights or other facilities for safety and protection required by any public authority or local conditions. The Contractor assumes entire responsibility and liability for any third party claims and actions based upon or arising out of injuries, including death to persons or damage to or destruction of property, sus- tained or alleged to have been sustained in connection with or to have arisen out of or incidental to the performance of this contract by the Contractor, his agents and employees and his subcontractor, their agents and employees, regardless of whether such claims or actions are founded in whole or in part upon alleged negligence of the Contracting Authority, Contracting Authority's representatives or the Engineer, or the employees, agents or licensees thereof. The Contractor shall indemnify and hold harmless the Contracting Authority and its representatives and the Engineer and his representatives in respect to any such matters. 15. LEGAL RESTRICTIONS AND PERMITS: The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature, and shall give due and adequate notices to those in control of all properties which may be affected by his operations. Permits, licenses, and easements for permanent structures or permanent changes in existing facilities will be provided by the Contracting Authority unless otherwise specified. The Contractor must obtain per- mission from the Contracting Authority or other proper authority before blockading any roads or highways, and shall furnish all necessary barricades and detour signs. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn or specified. 16. ASSIGNMENTS: No assignment by the Contractor of the contract, or any part there- of, or of the funds to be received thereunder by the Contractor, will be recognized unless such assignment has had the written approval of the Con- tracting Authority, and the Surety has been given due notice of the assign- ment in writing. No assignment, transfer, or subletting, even though consented to, shall relieve the Contractor of his liabilities under this Contract. Should any Assignee fail to perform the work undertaken by him in a satisfactory manner, the Contracting Authority may, at its option, annul and terminate Assignee's contract. 17. OTHER CONTRACTS: The Contracting Authority reserves the right to let other contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. 21 % Whatever work being done by the Contracting Authority's forces or by any other Contractor is contiguous to work covered by this Contract, the respective rights of the various interest involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. 18. SUSPENSION OF WORK: The Contracting Authority may at any time suspend the work or any part thereof by giving ten (10) day's notice to the Contractor in writing; the work shall be resumed by the Contractor ten (10) days after the date fixed in a written notice from the Contracting Authority to the Contractor to do so. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Contracting Authority does not give notice in writing to the Contractor to resume work at a date within twenty (20) days of the date fixed in the written notice to suspend, except in the case of litigation, then the Contractor may abandon that portion of the work so suspended, and he will be entitled to the estimates and payments for all work done on the portions so abandoned, if any. 19. THE CONTRACTING AUTHORITY'S RIGHT TO DO WORK: If the Contractor should neglect to presecute the work properly or fail to perform any provision of this Contract, the Contracting Authority after three (3) day's written notice to the Contractor may without prejudice to any other remedy it may have, make good such deficiencies, and may de- duct the cost thereof from payments then or thereafter due the Contractor. 20. THE CONTRACTING AUTHORITY'S RIGHT TO TERMINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should refuse or should fail•, except in case for which extension of time is provided to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for material or labor, or desregard laws, ordinances, or the instructions of the Engineer, or other- wise be guilty of a substantial violation of any provision of the Contract, then the Contracting Authority, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without pre;udice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor as provided under Paragraph 21, immediately following. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracting Authority. The expense incurred by the Contracting Authority as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. 22 • •i Pending settlement of the Engineer may suspend action Contractor shall%not be entitle reason of such delay,nor shall , although such extension of time deems it in the interest of the disputes on any point of controversy, on all or any part of the work. The 3 to any claim for loss or damage by he be entitled to extension of time, may be granted by the Engineer if he work. 21. TERMINATION FOR BREACH: In the event that any of the provisions of this Contract are violated by the Contractor or by any of his Subcontractors, the Contracting Authority may serve written notice upon the Contractor and the Surety of its intention to terminate such Contract, such notices to contain the reasons for such intentions to terminate the Contract, and unless within ten (10) days after the serving of such notice upon the Contractor such violation shall cease and satisfactory arrangements for correction by made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Contracting Authority shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract, provided, however, that if the Surety does not commence performance thereof within thirty (30) days from the date of the mailing to such Surety of notice of termination, the Contracting Authority may take over the work and prosecute the same:to completion by contract for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Contracting Authority for any excess cost occasioned the Contracting Authority thereby, and in such event the Contracting Authority 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. 22. PAYMENTS WITHHELD: The Contracting Authority may withhold or, on accout of subsequently discovered evidence, nullify the whole or part of any certificate to such extent as may be necessary to protect the contract- ing Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Subcontractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work When the above grounds are removed, payment shall be made for amounts withheld because of them. 23. DELAYS AND EXTENSIONS OF TIME: If, at any time, the Contractor considers he is being delayed by an act or neglect of the Contracting Authority or its employees, or by any other Contractor employed by the Contracting Authority, or by any changes or additions ordered in the work, or for any reason beyond his control, 23 AT' he hall within ten (10) days from the beginning of such delay notify the Engineer in writing of the causes of any such delay. Extensions of time, with relief from responsibility for liquidated damages incurred by the Contracting Authority on account of such delay, will be granted the Contractor, when, in the opinion of the Engineer, the causes so called to his attention warrant such extensions of time. No claims for delay will be considered unless such notice has been filed with the Engineer within the time specified above. The Contractor will be required to furnish the Engineer two copies of each purchase order for materials and equipment as they are issued. If the Contractor shall seek an extension of time because of delay in receiving delivery of critical materials, such extension of time may be granted when, in the opinion of the Engineer, the extension is warranted and the delay is in no way caused by the Contractor's financial status or by any act or failure to act on the part of the Contractor. Failure to get items of material or equipment not essential to the completion of those portions of the work, which, in the opinion of the Engineer requires supervision by an Engineer, shall not be deemed justification for waiver of liquidated damages, however, even though such delays are beyond the Contractor's control, and even though such items of material or equipment may be essential to the actual placing in operation of a portion of all of the project. When such items of materials or equipment are delayed for reasons beyond the Contractor's control, he shall complete all other work within the specified construction period. Extensions of time, without relief from responsibility for liqui- dated damages incurred by the Contracting Authority on account of delays, may be granted the Contractor on account of his failure to complete the work within the time specified. 24. ADDITIONAL, OMITTED, OR CHANGED WORK: The Contracting Authority, without invalidating the Contract may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. Additional work shall be done as ordered in writing by the Engineer, which order shall state the location, character, and amount of extra work. All such work shall be executed under the conditions of the original contract and subject to the same inspection and tests as though therein included. Compensation for additional, omitted, or changed work shall be adjusted as follows: Any changes in quantities of work for which unit prices are required in the Proposal shall be at and for the price bid. Work for which prices are not required shall be paid for or deducted, as the case may be, upon the basis of an estimate prepared by the Contractor and approved by the Engineer, prior to the written order changing the quantity of work. If the Contractor claims compensation for additional work not ordered as aforesaid, or for claims of damages sustained, he shall make a written statement of claims for compensation or damages to the Engineer, N1 which statement shall be in the hands of the Engineer within such time as will allow a full consideration of the basis for such claim, and in no case later than fifteen (15) days after the work has been completed or damages sustained. The Contractor shall furnish, if required, any accounts, bills, or vouchers relating thereto. Unless such claims are made as re- ruired, they shall be considered forfeited and invalid. The Contracting Authority reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages for anticipated profits on any portion of the work to be omitted. 25. ARBITRATION: (a) Demand for Arbitration. Any decision of the Engineer which is subject to arbitration shall be submitted to arbitration upon the demand of either party to the dispute. The Contractor shall not cause a delay of the work because of the pendency of arbitration proceedings, except with the written permission of the Engineer, and then only until the arbitrators shall have any oppor- tunity to determine whether or not the work shall continue until they decide the matters in dispute. The demand for arbitration shall be delivered in writing to the Engineer and the adverse party, either personally or by registered mail to the last known address of each, within ten (10) days of the receipt of the Engineer's decision, and in no case after final payment has been accepted. If the Engineer fails to make a decision within a reasonable time, a demand for arbitration may be made as if his decision had been rendered against the demanding party. (b) Arbitrators. No one shall be nominated or act as an arbitra- tor who is in any way financially interested in this Contract or in the business affairs of the Contracting Authority, or the Contractor, or the Engineer, or otherwise connected with any of them. Each Arbitrator shall be a person in general familiar with the work or the problem involved in the dispute submitted to arbitration. Unless otherwise provided by controlling statutes, the parties may agree upon one arbitrator; otherwise there shall be three, one named in writing by each party to this Contract, to the other party, and the third chosen by those two arbitrators. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding in respect to both the matter submitted to and the procedure followed during the arbitration. Such decision shall be a condition precedent to any right of legal action. (c) Arbitration Procedure. The arbitrators shall deliver a written notice to each of the parties and to the Engineer, either personally or by registered mail to the last known address of each, of the time and place for the beginning of the hearing of the matters submitted to them. 25 Each party may submit to the arbitrators such evidence and arguments as he may desire and the arbitrators may consider pertinent. The arbitrators shall, however, be the judges of all matters of law and fact relating to both the subject matters of and the procedure during arbitration and shall not be bound by technical rules of law or procedure. They may hear evidence in whatever form they desire. The parties may be represented before them by such persons as each may select, subject to the discipli- nary power of the arbitrators if such representative shall interfere with the orderly or speedy conduct of the proceedings. Each party, and the Engineer, shall supply the arbitrators with such papers and information as they demand, or with any witness whose move- ments are subject to their respective control, and upon refusal or neglect to comply with such demands, the arbitrator may render their decision without the evidence which might have been solicited therefrom, and the absence of such evidence shall afford no ground for challenge of the award by the party refusing or neglecting to comply with such demand. The submission to arbitration (the statement of the matters in dispute between the parties to be passed upon by the arbitrators) shall be writing duly acknowledged before a notary. Unless waived in writing by both parties to the arbitration, the arbitrators, before hearing testimony, shall be sworn by an officer authorized by law to administer an oath, faithfully and fairly to hear and examine the matters in controversy and tc make a just award according to the best of their understanding. The arbitrators, if they deem the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall consider proper for the time, expense, and trouble incident to the arbitration, and if the arbitration was demanded without reasonable cause, damages for delay, and other losses. The award of the arbitrators shall be in writing and acknowledged like a deed to be recorded, and a duplicate shall be delivered personally or by registered mail forthwith upon its rendition, to each of the parties to the controversy and to the Engineer. Judgement may be rendered upon the award by the Federal Court or by the highest State Court having juris- diction to render same. The award of the arbitrators shall not be open to objection on account of the form of the nroceedinas or the award, unless otherwise provided by the controlling statutes. In the event of such statutes pro- viding on any matter covered by this Article otherwise than as herein - before specified, the method of procedure throughout and the legal effect of the award shall be wholly in accord with said statutes, it being the intention hereby to lay down a principle of action to be followed, leaving its local application to be adapted to the legal requirements of the jurisdiction having authority over the arbitration. The Engineer shall not be deemed a party to the dispute. He is given the right to appear before the arbitrators to explain the basis of his decision and give evidence as they may require. 26 . , 26. REFERENCE TO MANUFACTURER OR TRADE NAMES: Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the Engineer, of equal substance and function. It shall not be purchased or installed by the contractor without the Engineers' written approval. 27. USE OF COMPLETED PORTIONS: The Contracting Authority shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for completing the entire work on such portions may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use of. completed portions increases the cost of, or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. The Contracting Authority, in taking possession of completed portions, shall agree to accept the decision of the Engineer, on matters relating to responsibility for damages that may occur to any portion of the work during the period of possession preceding acceptance and final payment. 28. ACCEPTANCE AND FINAL PAYMENT: As soon as the work has been substantially and satisfactorily completed, the Engineer will make a final estimate stating that the work provided for under this Contract has been completed and is accepted by him under the terms and conditions thereof, with qualifications, if any, as stated. If certain parts of the work are not completed or if certain corrections must be made in the work even though the work is substantially completed, the Engineer is authorized to determine the amount which in his opinion is required for completion and/or correction of the work, and such amount may be withheld from the final payment to the Contractor, pending the completion and correction as required. The balance found to be due the Contractor shall be paid by the Contracting authority within forty (40) days after the date of the final estimate. Prior to filing for final estimates, the Contractor shall file with the Engineer a receipt in full from each manufacturer, subcontractor, dealer and supplier for all equipment and material used on the work and a complete release of all liens which may have arisen from this Contract. In lieu thereof, the Contractor shall file statements showing balance due or claimed on all accounts and the Contracting Authority shall have the right, if it so elects, to withhold sufficient money to pay such balances until receipts in full or satisfactory evidence of final determination are filed with the Engineer who may then make the final estimate. 27 _ The making and acceptance of the final payment shall constitute a waiver of all claims by the Contracting Authority, other than those arising from incomplete or uncorrected work, unsettled liens, or from faulty workmanship or materials, and of all claims by the Contractor, except those previously made and still unsettled. If the work has been partially but substantially completed to the extent that all adjustments in the Contract sum may be made, the Engineer may, if material delay in completion is anticipated or if otherwise deemed in the interest of the work, make the final estimate, retaining, in addition to other requirements which may be specified under payments, an amount representing the cost of unfinished work. Such payment shall be under the terms and conditions governing final payment. Neither the making of the final estimate, or final payment, shall relieve the Contractor of his responsibility for faulty materials or workmanship, and he shall remedy any defects and pay for any damage resulting therefrom which shall appear within a period of one (1) year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness, and all questions arising under this paragraph shall be decided by the Engineer. 29. PAYMENTS TO CONTRACTOR: The Engineer will on or about the Twentieth (20th) day of each month make an estimate of the work done. As soon thereafter as possible, and as soon as the Contractor has filed receipted bills showing that he has paid the previous month's bills, the Contractor will be paid seventy (70) percent of the value of work in place, plus ten (10) percent for that portion of the work accepted for beneficial occupancy, plus (20) percent of the value of work that has been properly cleaned up, plus fifty (50) percent of the value of the materials on the job site but not in place (figured from the Contractors paid invoices), minus amounts previously paid. A final estimate will be made following the final inspection as provided under paragraph 28, after which time and within a period of forty (40) days, the Contractor will be paid the full amount of the contract price, less amounts previously paid. Payment will be made only for the actual quantities installed. The Contracting Authority may withhold or, on account of sub- sequently discovered evidence, nullify the whole or part of any certificates to such extent as may be necessary to protect the Contracting Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Sub- contractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work. 28 When the above grounds are removed, payment shall be made for amounts withheld because of them. . . 30. SHOP AND ERECTION DRAWINGS: The Contractor shall furnish the Engineer with triplicate copies of all shop and erection drawings for approval. These drawings shall include the drawings prepared on structural and reinforcing steel, special layout drawings of equipment or machinery purchased under this Contract, and other supplementary drawings required in the prosecution of the work. One copy shall be returned to the Contractor and two copies retained by the Engineer for field and office reference. The approval of such drawings by the Engineer does not constitute an acceptance of responsibility of their accuracy. 31. LABORATORY TESTS: All material entering into the work is subject to various tests as may be required by the specifications. The cost of all such tests shall be the responsibility of the Contractor furnishing such material. The Contractor shall also bear the cost of any tests arising out of his desire to use materials which may be questionable in the opinion of the Engineer. 32. DRINKING WATER AND SANITARY FACILITIES: The Contractor shall provide safe drinking water for his workmen during the construction period. The water shall be delivered through a spigot, angle jet fountain, or other approved device. Common drinking cups will be prohibited. The Contractor shall furnish adequate sanitary facilities for workmen in the work area during the construction period. 33. CONSTRUCTION SAFETY: Throughout these specifications, whenever engineering decisions are to be made to ensure adequate construction in accordance with the plans and specifications, such inspection and engineering decisions are not to be construed as supervision of the Contractors' work force, nor make the Engineer responsible for providing a safe place for the performance of the work by the Contractor or the Contractors' employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsi- bilities are covered under the provisions of the contract, the Contractors insurance and performance bond and cannot be the responsi- bility of the Engineer. . The above provision does not prevent the Engineer or his 29 a personnel from requiring reasonable safety standards, if, in the course of their technical supervision, it comes to the attention of the Engineer that reasonable safety standards are not being carried out. 30 : DETAILED SPECIFICATIONS PART I - CONTRACT STIPULATIONS I-1 SPECIFICATIONS: These detailed specifications are drawn with the object of securing first class workmanship and materials throughout the work embraced in this contract, and of securing completed structures properly and well constructed with regard to all local conditions. I-2 EXTENT OF WORK: It is mutually agreed and understood that the contractor will furnish all tools, labor, equipment, materials, and supplies required to be furnished, and will construct complete all work shown on the Plans and in these Specifications. The Work consists of: Furnish all labor and materials required to be furnished to construct the 10" D.I.P. sewer main. I-3 LIST OF PLANS: The Plans are bound separate from the specifications and are generally titled Hwy 71 Bypass & Porter Rd Interchange - Sewer Relocation SHEET NO. Vicinity Nap 1 Sewer location for 2 Sewer Details 3: I-4 LANDS AND RIGHTS -OF -WAY: The Owner will provide all permanent easements or permits actually required for the construction of the work in all Schedules. The Contractor shall lease, buy, or make satisfactory provisions, without obligation to the Owner, for all other temporary land easements or rights -of -way which he may require for access or storage of materials or equipment. 31 vT' I-5 STAKING OUT WORK: The Engineer for each Schedule will furnish labor to act as rodmen, chainmen, and to perform all other duties required to assist the Engineer in staking out the work for construction and for measurements to determine quantities of pipe installed. The Contrac- tor shall not be required to furnish any labor for this purpose. I-6 QUALITY OF THE PLANS: 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 maps and are underground. The approximate location of existing underground water, gas, and telephone lines are shown. 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 of 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 encountered, including rock and underground water, and the submission of the Proposal by the Contractor for the work constitutes his compliance with this requirement. 32 DETAILED SPECIFICATIONS PART II - CONSTRUCTION SPECIFICATIONS II -1 PLANNING AND EXECUTION OF THE WORK: The construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. 11-2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and/or established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled with compacted SB-2. No claim for additional compensation shall be made for such backfilling of excess excavation unless the Contracting Authority or its agent is responsible for the error. When necessary to protect the laborers, the work, or adjacent property, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has proceded to the point where it can be safely removed, except that if in the opinion of the City Engineer damage is liable to result from withdrawing shoring, it shall remain in place. II -3 EXCAVATION - TRENCH FOR SEWER LINES: All excavation for sewer lines shall be carried accurately to line and grade. The bottom must be flat and smooth to receive pipe to provide support for full length of pipe, except for bell holes. Any or all undercut must be filled to a smooth grade with SB-2 compacted in place. Shoring shall be installed as required to protect laborers or ad- jacent property. Shoring must remain in place until ditch is backfilled to a point to relieve danger which required shoring. The Contractor is to leave shoring in place as directed by the Engineer. Trenches for the sanitary sewer must be excavated to the depth, line and grade as set by the Engineer, wide enough to properly install pipe, but not to exceed diameter of pipe plus two (2) feet. Except where special bedding is required and except as specified herein, rough excavation for sewer and drains shall not be carried lower than a distance equal to 1/10 of the nominal pipe diameter or two inches, whichever is the greater, above the specified trench grade elevation, 33 and the retnainder of the excavation shall be done by the pipe Payer immediately prior to installing the pipe, using the final excavation to firm up on each side of the pipe previously laid. The bottom of the trench shall be generally shaped to fit the outside surface of the pipe in such a manner that the pipe will be in continuous contact with and have a longitudinal bearing on soil for the full length of the pipe except for such distance as it is necessary for bell holes and the proper sealing of the pipe joints. The pipe subgrade shall be accurately graded prior to excavating bell holes. The accuracy of the finished grade of the pipe shall be obtained in preparation of the subgrade. A bell hole for each joint shall be excavated by the pipe laver immediately prior to placing the pipe in the trench. Bell holes shall be of such depth that the pipe bell will not come in contact with the bottom of the bell hole. All trenches shall be so graded that the spigot end of the pipe will be accurately centered in the adjacent pipe bell when laid, without raising or lowering the pipe after installation in the trench. If the soil at the bottom of the trench is mucky or in such condition that it cannot be properly shaped and graded, or if the sub - grade material is too soft to properly support the pipe, the Contractor shall excavate below the normal subgrade elevation as directed by the Engineer. Wherever excavation is carried below the specified subgrade, at the direction of the Engineer, the Contractor shall provide and install a fill of gravel thoroughly tamped into place up to an elevation sufficient to prepare the subgrade as specified in the preceding paragraph. Where water occurs in trenches, they shall be excavated to a depth of approximately four (4) inches below grade and backfilled with SB-2 to a point approximately 1/10 of the internal pipe diameter or two inches, whichever is the greater, below grade. Pumps shall then be kept operating, taking suction out of a sump below the gravel so as to hold the water level well below the bottoms of all bells until the joints have been placed and allowed to set sufficiently so that water will not injure them. Where rock or other hard material occurs in the trench at the planned grade of the bottom of the pipe in such way that any portion of the pipe would rest on rock or hard material or where in the opinion of the Engineer it is necessary, all rock shall be removed to provide a clearance of at least 6 inches below and on each side of all pipe, valves, and fittings for pipe sizes 24 inches or smaller and 9 inches for pipe sizes 30 inches and larger. The trench shall then be refilled with gravel, thoroughly compacted to a point approximately 1/10 the nominal pipe diameter, or two inches, whichever is the greater, above grade and the bottom of the trench shall be graded as previously specified. The Contractor will be required to keep the sides of the excavation vertical, unless otherwise directed by the Engineer. Payment for.SB-2 Used as Subgrade: When SB-2 must be used as backfill material, the width of trench for payment will be 24". An average depth will be measured from • • bottom of pipe to top of fill; length of fill will be as directed by the Engineer. The volume occupied by the pipe will be subtracted from the toal volume of the ditch filled with SB-2. No payment will be made for SB-2 used as bedding. Excavation for manholes and other accessories shall be sufficient to leave at least twelve (12) inches in the clear between their outer surfaces and the embankment or -timber which may be used to protect them. The excavation of trenches shall not advance more than four hundred (400) feet ahead of the completed pipe work and backfill, except by permission of the Engineer. II -4 EXCAVATION - CLASSIFICATION AND PAYMENT: All excavation shall be classed as common excavation. The cost of common excavation is included in the unit prices for handling and installation of sewer pipe at the various depths. II -5 BLASTING: Blasting will be permitted only when proper precautions are taken for the protection of persons, the work, and adjacent property; and any damage done to the work or property by blasting shall be repaired by the Contractor at the Contractor's expense. All operations involving the procurement, handling, use, and qe of explosives shall be in full compliance with applicable ederal statutes and regulations. Blasting will be done only after securing written permission from the City Engineers' office. Proof of blasting insurance will be required before written permission is given the Contractor. 'The Contractor shall be liable for all injuries or. deaths to persons or damage to property caused by blasts or explosions. The attention of the Contractor is called to Section 9 of the General Conditions of the Specifications entitled "Insurance". The cost of all work under this Section shall be included in the Contract unit price for laying sewer pipe and will not be paid for separately. I1-6 BACKFILLING: All trenches shall be backfilled immediately after the pipe is laid using methods that will not disturb the pipe. Material used for backfilling shall consist of the excavation or borrow of sand, gravel or other material approved by the Engineer, and shall be free of trash, lumber and other debris. 35 . Trenches shall be backfilled with fine, loose earth free from clods or stones larger than two (2) inches in any dimension, and of proper moisture content. This selected material shall be carefully deposited by hand in layers not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and carefully rammed around the pipe until the backfill has been brought up to the springline of the pipe. The backfill shall then continue without tamping but with same material, placed by hand, to a point at least twelve (12) inches above the top of the pipe. If the excavation is not suitable for this purpose, as determined by the Engineer, then SB-2 shall be used for this operation. The remainder of the backfill may then be backfilled by any approved method which will not injure or disturb the pipe. Trenches outside the public right of way will be neatly graded up and left slightly "over -full" so that subsequent settlement will leave the route level with the surrounding terrain. Trench on public property shall be filled and refilled as necessary to provide a smooth, well graded appearance. All backfill shall be settled and consolidated until further settlement will not occur. It is the intent of this Specification that the Contractor shall be responsible for settlement of backfill in all work covered herein. He shall refill trenches as often as necessary to bring them back to original grade, and during that period settlement is occuring shall refill them often enough to avoid hazardous conditions or inconven- ience. All excavated material which is unsuitable, or not needed for backfill shall be wasted or disposed of to the satisfaction of the Engineer. Surfaces shall be cleaned up, all hummocks and piles smoothed down and the surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left true to original line and grade. Street shoulders shall be restored to their original contours. •All roadways and driveways shall be backfilled with SB-2 and temporarily'repaved with cold mix asphalt. The roadway or driveway shall then be replaced as called for elsewhere in these specifications. The attention of the Contractor is called to a separate Section in these Specifications concerning crossing lawns. SB-2 shall be measured and paid for as subgrade material at the unit contract price given in the Proposal. The cost of all other work described in this section shall be included in the unit contract price for the installation of pipe and shall not be paid for separately. Water for flooding trenches shall be furnished free of charge by the City of Fayetteville. 36 -- .' The low pressure air test shall be conducted by plugging each opening in the reach of pipe to be tested. All plugs shall be braced against slippage due to internal pressure. One of the plugs provided must have an inlet tap or other provision for, connecting an air hose. After the air control equipment is connected to the air hose, the air pressure shall be monitored so that the internal pressure does not ex- ceed 5.0 psig. After reaching 4.0 psig, the air supply shall be throttled to maintain between 4.0 and 3.5 psig for at least two minutes in order to allow equilibrium between air temperature and the pipe walls. During this time, all plugs shall be checked to detect any leakage. If plugs are found to leak, the air shall be bled off, the plugs tightened, and air supplied again. After the temperature has stabilized, the pressure should be allowed to decrease from 3.5 psig to 2.5 psig. If the time required for the pressure drop is greater than that shown in the table below, the pipe shall be presumed free of defects. PIPE SIZE MINIMUM TIME (MINUTES) 6 Inch 3.0 8 Inch 4.0 10 Inch 5.0 12 Inch 5.5 15 Inch 7.5 18 Inch 8.5 21 Inch 10.0 24 Inch 11.5 30 Inch 14.5 If by use of the above procedure a faulty section of line is found, that section of line shall be tested at 20 foot intervals to determine the exact location of the leakage. If a section of piping is found to be leaking the exact source of the leak shall be determined, a repair made, and the entire section re -tested. 'The Contractor shall make the necessary arrangements and pro- vide necessary pipe plugs and equipment required for testing. All sewer pipe as shown on the Plans will be measured and for as pipe. The quantity of sewer pipe shall be determined by measurement along the top of the pipe as laid from center -to -center of manholes. Depth of pipe will be measured from flow line of pipe to existing ground elevation. II -8 CROSSING AND PARALLELING EXISTING UTILITY LINES: In some instances the pipe will be installed under, alongside and over existing utility services. Much of the time these will be difficult to locate, and in some instances impractical to locate. The Contractor shall be responsible for locating and protecting such services. The 37 various utility owners: City (Water and Sewer), Warner Cable (Cable), Swepco (Electrical Power Lines), Arkansas Western Gas Company (Natural Gas Lines), Southwestern Bell (Telephone Company) will cooperate with the contractor in helping locate the underground services, and must be notified before construction proceeds in the vicinity of utility lines. Where the Contractor cannot make adequate repairs, the various utilities will make repairs to all services, and such costs will be charged to the Contractor. The Contractor shall make arrangements for this service with the various utilities either before the bid is presented or before construction starts. Although not anticipated, septic tank disposal fields and related piping may be damaged during construction. if so, the Contractor shall make the repairs necessary to put the septic tank system into operation. Where the plans show a portion of the line to be laid adjacent to power lines, it shall be the responsibility of the Contractor to make any arrangements with the power company for "tying off" poles. It also shall be the responsibility of the Contractor to take whatever steps are necessary to provide for the safety of the workmen and equipment when working in the vicinity of these power lines. II -9 MANHOLES: The construction of manholes shall follow closely the progress of pipe laying. If at any time pipe is laid as much as 1500 linear feet ahead of completed manhole construction, then pipe laying shall be discontinued. Manholes shall be constructed in accordance with the details shown on the drawings. Manhole bottoms shall be of concrete poured to dimensions and grade indicated. 1. Base. •The concrete base shall have a minimum thickness of 12 inches and shall be poured on undisturbed earth. The base shall be poured so that the top of the base is a minimum of 2 inches and a maximum of 4 inches below the lowest pipe inside the manhole. except when lowest pipe can be laid continuously through the man- hole, the base may be poured to a point 2 inches below the center- line of the pipe, providing this point is not above the invert of other pipes entering the manhole. The base shall have a minimum diameter of 8 inches greater than the outside diameter of the finished manhole barrel. 2. Invert. The invert of the manhole shall be hand placed and shaped using a grout mixture consisting of two parts masonry sand and one part Portland cement. The base and barrel of the manhole shall be thoroughly cleaned prior to placement of the invert. The invert shall be shaped and smoothed so that the manhole will be self- cleaning and free of areas where solids may be deposited as sewage flows through the manhole. In all cases, except where the sewer pipe can be laid continuously through the manhole, the entire 38 diameter of each pipe entering the manhole barrel shall be cut smooth with the inside edge of the manhole barrel and the invert shaped throughout from all inlet pipes to the outlet pipe. 3. Manhole Barrel. The barrel forms may be set as soon as the con- crete base has cured enough to support the forms. The manhole barrel shall be of such construction that the finished manhole will have an inside diameter of 4 feet 0 inches, plus or minus one-half inch. Concrete used to pour the manhole barrel shall be 3,000 pound per square inch test with a slump of approximately 4 inches. Before the forms are set in -place, any water that may have accumulated in the excavated area shall be pumped out and, if required, the concrete base throughly cleaned of dirt and debris. Before pouring of the concrete begins a two inch layer of grout mixture, as set out under "Invert" above, shall be placed in the bottom of the forms. The forms shall be removed after the initial set of the concrete so that holes may be cut in the manhole barrel for the installation of pipes that are to enter the manhole at points other than adjacent to the manhole base. After these pipes have been put in place, the barrel shall be repaired using a grout mixture as set out under "Invert" above. If honeycombing of the barrel is found to be pre- sent after removal of the forms, they shall be repaired as directed by the Engineer. The top of the poured manhole shall be left at such an elevation so that two rings of standard bricks are required to bring the man- hole ring to the finished elevation. A three inch wide by two inch deep keyway shall be left in the top of the poured manhole to hold the mortar for the first ring of bricks. 4. Curing.' Curing compounds or covers may or may not be used at the option of the Contractor. However, it will be the responsibility of the Contractor to protect the concrete to prevent cracking during the curing process and to protect the manhole during freezing temperatures. The Engineer shall, at his discretion, prohibit pouring concrete during the periods of extreme cold or inclement weather. 5. Backfilling. The manhole shall not be backfilled less than 12 hours after the forms have been removed. Extra care shall be taken to compact all backfill to the top of the highest pipe entering the manhole. 6. Payment. Manholes will be measured by the distance between the 39 outlet invert of the manhole and the top of the manhole ric Manholes will be measured and paid for at the appropriate c unit price as given in the Proposal. Unit prices for manholes shall include materials, excavation, masonry work, and all work incidental thereto. II -10 CONNECTION TO EXISTING MANHOLES: Where required on the Plans to connect to an existing manhole, and where no stub exists in such manholes, an opening shall be cut in the wall of the existing manhole of sufficient size to permit the proper installation of the new pipe at the designated line and grade. After new pipe has been installed, extending entirely through the wall of the manhole, the opening around the new pipe shall be refilled with concrete, or brick and concrete, and properly plastered inside and outside with mortar so that no leakage can occur. Bottoms of existing manholes shall be trenched out and refinished to the proper invert as previously specified. The cost of all work done under this section shall be included in the Contract unit price for pipe and shall not be paid for separately. II -11 CUTTING AND REPLACING SPECIAL SURFACES: Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, walks or parking areas, the original surface shall be restored after completion of the backfill operation. In these instances, special care shall be used in making the backfill to eliminate future settlement. The surface shall be restored using the same type of surfacing materials that were used in the original surfacing, except that asphalt streets and highways shall be replaced with concrete as shown on the miscellaneous details sheet in the Plans. Backfill of trench lying within roadways shall be in strict accordance with the applicable provisions as stated in Section II of these Specifications. The condition of the backfill, with special regard to the degree of compaction, shall be checked and approved by the Engineer before any surfacing is placed over the backfill. The replacement of special surfacing shall follow as soon as practical after the completion of the backfilling operation so as to restore the roadway to its original condition and traffic capacity. If in the opinion of the Engineer the replacement of surfacing is lagging, he may, at his discretion, suspend the pipe laying operation until the replacement of sur- facing proceeds in a satisfactory manner. Immediately prior to replacing asphalt or concrete pavement or surfacing, a chalk line shall be made along both sides of the trench at the proper width, and the pavement trimmed along a straight and vertical line. No claims will be allowed for additional width of pavement cut and replaced occasioned by this requirement. The quantity of asphalt and concrete pavement cut and replaced will be determined by the horizontal length of pavement actually cut and replaced measured along the centerline of the trench 40 multiplied by a width of thirty-six (36) ihches, except that where a width greater than thirty-six (36) inches is required and authorized by the Engineer, the actual width of pavement cut and replaced shall be used in determining the quantity of pavement cut and replaced. In gravel surfaced streets or parking areas the gravel will be disturbed in excavating for sewer trench. After the backfill has been so placed that no further appreciable settlement will occur, gravel surfacing shall be replaced to the same compacted thickness as the original surfacing. During construction operations, the gravel on the remainder of the street not occupied by the trench may be disturbed and covered with dirt from excavation. After completion of the backfill, such dirt shall be removed as completely as possible and additional gravel placed on the street as directed by the Engineer until the street is satisfactorily restored to its original condition. The Contractor will be responsible for maintaining flagmen while working within or near city streets. In the event a closed street is required, the Contractor shall carefully mark a detour route. The Contractor will be responsible for providing and maintaining barricades, warning lights, signs, washing equipment, labor, and every other item re- quired to maintain roadways safe and comfortable to travel and reduce the inconvenience and discomfort of adjacent residents as much as possible. It will also be the Contractor's responsibility to replace signs, mailboxes, posts, retainer walls, and other obstructions which were removed by him during construction of this project. Gravel surfacing cut and replaced will be measured and paid for as the cubic yards of gravel actually used in replacing such surfacing. Special surfacing cut and replaced will be paid for at the appropriate contract unit price as given in the Proposal. Contract unit prices shall be inclusive of materials, placement, and all work incidental thereto. II -12 CROSSING LAtNS: The following shall apply to all lines crossing lawns, as desig- nated on the Plans. After settlement has occurred, the disturbed area shall be dressed out with three (3) inches of top soil and hand raked. The dressed out areas shall then be seeded or sprigged with the appropriate grass or grass mixture, as directed by the Engineer. If lawns, bushes and small trees are likely to be damaged by the work, they shall be taken up ahead of construction. They shall be properly protected until such time as they can be reset. It is the intention of this Specification that lawn areas be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate Contract 41 __ unit price for pipe, and shall not be paid for separately. II -13 CROSSING FENCES: The installation of lines may necessitate crossing several fences as shown on the Plans. Prior to clearing the right of way, the Contractor shall install a braced post assembly on each side of the right of way so that when the fence is cut, the tension on the fence is not reduced. He shall then construct temporary gates so as to maintain livestock in the original pasture during construction. After all construction, including cleanup, is complete, the fences shall be rebuilt to equal or better than original condition, using new posts and wire. The wire used in rebuilding of the openings shall be of the same general type as the existing fences. Posts shall be pressure - treated pine, having a minimum top diameter of 4 inches. Where removal, replacement, or repair, of chain link fences is required, the Contractor shall retain a professional fence company to perform the work. The cost of all work done under this Section will be included in the Contract unit prices and none will be paid for separately. 1I-14 GARDEN CROSSINGS: In the event of a garden crossing extreme care will be taken to damage as little of the garden as is possible. After completion of the pipe laying operation within the garden area the garden shall be dressed with a minimum of 12 inches of topsoil and hand raked smooth. I1-15 CONCRETE: All concrete shall be composed of the materials described in paragraphs 5, 6, and 7, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall have a 28 day compressive strength of 3000 PSE and a slump of approximately 4 inches. In placing concrete, care shall be taken that the freshly placed mass is so placed and vibrated that there is no tendency for the coarse aggregate to segregate from the mortar. All concrete shall be properly protected from too rapid curing or from freezing while green. The cost of all work in this section shall be included in the unit contract price for Class "s" concrete and shall not be paid for sepa- rately. 42 S. ,. II -1G CLEANING UP: After the construction work is completed, all refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. All excess excavation, waste concrete, piping, lumber, and other refuse shall be removed from the site of the work and the site leveled, graded, and dressed up until it is neat, smooth, and workmanlike. It shall be specifically understood that the clean up operation shall be maintained as closely as possible to the pipe laying operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactorily, he may suspend the pipe laying operation until such clean up is completed to his satisfaction. The cost of all work under this section shall be included in the appropriate unit price and will not be paid for separately. II -17 HIGHWAY CROSSINGS (STATE OR U.S.): The plans show the location of lines where crossings of highways are required. The crossings shall be accomplished by boring and the insertion of an encasement pipe of the length, type and size as shown at each location on the plans. In the event rock conditions prohibit boring of the road crossing, the Contractor shall contactChighway department officials and point out to them that an attempt has been made to bore the crossing and secure permission to make an open cut. Unless an open cut is made, the trench shall not be opened closer than 10 feet from the edge of the driving surface. If an open cut is required, then the following procedure shall be followed: The highway must be kept open to traffic at all times. Consequently, the Contractor will be required to complete the crossing in two stages, keeping at least one-half of the roadway open at all times. The crossing shall be made in the following manner. The pavement shall be removed the minimum width required for installation of the encasing pipe. All pavement cuts shall be made to line with the use of an air spade, line drilling, sawing or such other equipment as is required to form a true line for removal and replacement. The Contractor shall then excavate the earth from the site and install the encasement pipe. then be made by using Arkansas State Highway Departm compacting to a minimum of 95% of maximum A.A.S.H.O. shall be made according to the latest specifications backfill shall be brought to the top of the subgrade trench, remove all The backfill shall ant SE -2 aggregate, density. Tests of A.A.S.H.O. The in the above manner. 43 mm The pavement and base shall then be removed for a distance of 18 inches from each side of the trench. The Contractor shall then replace the base with 8 inches of -reinforced concrete pavement using high early strength cement. The concrete shall have a 28 -day strength of 3,500 pounds per square inch. Steel reinforcing shall consist of No. 6 rods placed on 12 inch centers both ways. If the original payement is concrete, the concrete base as set out above shall be constructed flush with the top of the existing pavement which will require a total concrete thickness of 12 inches rather than 8 inches as shown. The finished grade of the driving surface shall be uniform with the existing adjacent driving surface. A finished top grade tolerance of plus or minus 1/4 inch will be allowed. The tolerance will be measured by use of a 16 foot straight edge placed parallel to the roadway centerline. The plans show repair detail as set out above. The shoulders of the highway which have been disturbed shall be backfilled with SB-2, thoroughly compacted, and the surface shall be replaced to equal or better than the original condition. It should be noted that it is the responsibility of the Contractor to provide sufficient flagmen, signs, barricades, lights and other items required to insure complete safety of the public and the work- men at all times. Since the return of the deposit required by the Arkansas Highway Department (the cost of which will be borne by the Owner) depends upon returning the roadbed to its original or better condition, the Contractor will be required to complete this item of construction to the satisfaction of the Highway Department. II -18. EXCEPTIONS TO CONSTRUCTION SPECIFICATIONS WHEN LAYING 4" C.I.S.P. SERVICE LINES All of the provisions for laying sewer pipe, as outlined elsewhere in these specifications shall hold true when laying service lines with the exception of the following: 1. A hand level may be used to establish grade. 2. All 4" C.I.S.P. in place shall be inspected prior to backfill. II -19 ADDITIONS TO CONSTRUCTION SPECIFICATIONS WHEN LAYING 4" C.I.S.P. SERVICE LINES: 1. The minimum grade to be used when laying service lines shall be ¼"/ft. unless otherwise directed by the engineer. 2. No bends shall be used anywhere on service lines unless specifically directed by the engineer. 44 1 a 3. Tapping saddles in place shall be inspected prior to installation of service lines to determine that the saddle is properly aligned over the drilled hole in the sewer main. 4. All holes in V.C.P. sewer mains for service connections shall be drilled with a 4.5" O.D. to 4.8" O.D. drill bit suitably powered, driven, and designed for tapping sanitary sewers. 5. Holes in D.I. sewer mains for service connections shall be drilled as outlined in Item n4 or may be drilled out as follows: a. The tapping saddle shall be placed on the main and the inside circle of the tee off shall be marked with chalk. b. The tapping saddle shall then be removed and the outline of the service hole shall be hand drilled with 1/4" diameter or smaller drill bits. C. The metal saucer removed from the pipe must not be allowed to fall into the sewer and proof that it is not in the sewer must be shown the inspector. d. Once the rough outline of the service hole has been cut out, a suitable saw must be used to cut a smooth circular hole out of the sewer main of the correct size for the tap. e. The tapping saddle may then be installed and inspected. 6. No taps shall be made in manholes unless specifically directed by the engineer. In the event taps are allowed in manholes they shall be paid for at the unit price given in the proposal for bid item # 24. 7. 4" C.I.S.P. service lines shall be installed to the property lines of the individual owners of the tap, unless otherwise directed by the engineer, and at that point the contractor shall reconnect to whatever type of service line is encountered as shown on the standard details sheet of the plans. 8. No sewer service shall be deemed necessary to reconnect until it has been smoked by the Water and Sewer Department to determine which house it serves,, unless otherwise directed by the engineer. 9. It shall be the contractors responsibility to locate all sewer services which must be reconnected to the new sewer mains. 45 DETAILED SPECIFICATIONS , PART III - MATERIALS III -1 GENERAL: The work to be done 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 a sewer collection system and related work as provided for in the Proposal. III -2 VITRIFIED CLAY SEWER PIPE: Vitrified clay pipe used in this contract shall conform to ASTM C -200-65T, "extra strength clay pipe". All pipe shall be subject to tests as prescribed in Section II -7. Pipe joints shall have factory -applied joints or coupling on the spigot and bell ends of the pipe meeting A.S.T.M. designation C425 or latest revision, and compounded of a high quality polyurethane elastomer applied to the pipe and properly manufactured to a desired hardness and compressi- bility to form a tight compression joint. The resilient polyurethane should have the following physical characteristics: 1. A minimum tear strength of 50 psi (A.S.T.M. D624). 2. Percent elongation of not less then 80 percent and shall return to original volume and shape upon release of elongating force (A.S.T.M. D412). 3. A compression set value of less than 5 percent (A.S.T.M. D395A). 4. A minimum resistance to deflection of 165 psi at 10 percent deflection. 5. A minimum (Shore "A" durometer) hardness of 70 from a temperature range of 20 degrees to 100 degrees F. III -3 MANHOLE CASTINGS: All castings shall be made of clean, even grain, tough gray cast iron. The castings shall be smooth, true to pattern and free from pro- jections, sand holes, warp and other defects which would interfere with use of, or impair the serviceability of the castings. Circular manhole rings and covers for sewer manholes shall be 250 pound standard in dirt or 300 pound in roadways with solid cover. Cover shall have two pick holes, on opposite sides at the edges. Manhole 46 C• .0 rings and covers shall be as manufactured by Bass & Hayes, Neenah, or • approved equal. Cast iron manhole steps shall be 8 inches wide. I1I-4 CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles with not more than one Cl) percent by weight of clay lumps or three (3) per- cent by weight of material removed by decantation. Mortar specimens made • with the fine aggregate shall have a compressive strength at twenty-eight (28) days of not less than ninety (90) percent of the strength of similar specimens made with Ottawa sand having a fineness modulus of 2.40 + 0.10. Fine aggregate shall have a fineness modulus of not less than 2.40 and not more than 3.00 and the variation in modulus shall be limited to +0.20 from the average of all tests. Gradation shall fall within the following requirements: TOTAL PASSING PERCENT BY WEIGHT No. 4 Sieve 95-100 No. 16 Sieve 35-75 No. 50 Sieve 10-25 No. 100 Sieve 2-8 Coarse aggregate shall consist of crushed stone, gravel, or other inert material of similar characteristics, having clean, hard, strong, durable, uncoated particles with not more than five (5) percent by weight of soft fragments, one-fourth(') percent by weight of clay lumps, and one (1) percent by weight of material removed by decantation, except that when the material removed by decantation consists essentially of crushed dirt the maximum amount permitted may be increased to one and one-half (1 1/2) inch and smaller or three-quarter (3/4) inch and smaller, and shall be graded within the following requirements: PERCENT PASSING BY WEIGHT Maximum size mesh screen (sq. mesh) 97-100 Half maximum size mesh screen (sq. Mesh) 40-70 No. 4 Sieve 0-6 1I1-5 CEMENT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTM Designation C 150, Type I. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cement,.ASTM Designation C 91. III -6 WATER: Water for mixing concrete shall be clean and free from 47 injurious amounts other deleterious materials and the five (95) percent of the same mater of oil, acids, alkalies, salt, substances. Test specimens of water to be used shall develop of the seven (7) day tensile o als and distilled water. organic matter, or mortar made from the not less than ninety - r compressive strength II1-7 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR: Gravel for subgrade shall be SB-2 and shall conform to the following specifications: SIZE OF SIEVE 1½" 1" 3/4" TOTAL RETAINED #4 #40 #200 TOTAL PASSING PERCENT BY WEIGHT 0 0 10 to 50 50 to 75 10 to 30 3 to 10 The fraction passing the #200 sieve shall not be greater than two-thirds (2/3) the fraction passing the #40 sieve. The fraction passing the #40 sieve shall have a liquid limit not greater than twenty- five (25) and a plasticity index not greater than six. II1-8 DUCTILE IRON PIPE: Ductile -iron pipe 3 in. (7.6 cm) in diameter and larger shall conform to the current American National Standard Specification for Ductile - Iron Pipe, Centerifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids, AWWA C 151 (ANSI A21.51). Ductile iron thickness shall conform in all respects to the current American National Standard for Thickness Design or Ductile Iron Pipe based on a minimum of 200 PSI (1379.0 KPa) working pressure, laying condition "Type 2" with 8 ft. (2.4m) of cover. Pipe 4 in. (10.2 cm) and under shall be thickness Class 51; pipe 6 in. (15.2 cm) thru 12 in. (30.5 cm) shall be thickness Class 50. For larger diameters or deeper cover, special design will be provided. All ductile -iron pipe shall be push -on joint. All ductile -iron pipe shall be bituminous coated outside and cement -mortar lined inside with seal coat all in accordance with AWWA Standard C 104. All ductile -iron pipe and fittings shall be tested in accord- ance with the applicable provisions of the specifications relating thereto. 48 a a I1I-9 ENCASEMENT PIPE: Encasement pipe shall be one -quarter (≤) inch thickness, sixteen (1G) inches diameter, spiral -weld bituministic coated encasement pipe, or approved equal. III -10 MATERIALS FOR SEWER SERVICE All tapping saddles, 4" C.I.S.P., and fittings shall be as specified on the Standard Details sheet of the plans. Alternate materials will not be allowed without the written approval of the engineer. 49 F s 7v t91s 1 -Ill? SPECIFICATIONS FOR Highway 71 Bypass - Porter Road Interchange Water Relocation WORK ORDER 4 2632 Date: March, 1980 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS CITY ENGINEERS' OFFICE a INDEX ADVERTISEMENT FOR BIDS 1 BID BOND 2 PROPOSAL FOR SCHEDULE I 4 ARKANSAS PERFORMANCE AND PAYMENT BOND 7 CONTRACT AGREEMENT 10 INSTRUCTIONS TO BIDDERS 12 GENERAL CONDITIONS OF THE SPECIFICATIONS 16 DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS DS -1 DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS DS -3 DETAILED SPECIFICATIONS PART III MATERIALS DS -14 ADVERTISEFIENT FOR BIDS Project No. W.O. 2632 CITY OF FAYETTEVILLE (Cc -..nor) Separate 'sealed bids 'for HIGHWAY 71 BYPASS & PORTER ROAD INTERCHANGE WATER RELOCATION will be received by STURMAN MACKEY at the office of PURCHASING & BUDGETING until 10:00 o'clock (A.M. X S.T. D.S.T.) APRIL 15th 19 80, and then at said office publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: CITY ENGINEER'S OFFICE: CITY ADMINISTRATION BUIL➢ING 109 WEST MOUNTAIN STREET, FAYETTEVILLE, ARKANSAS Copies may be obtained at the office of THE CITY ENGINEER located at FAYETTEVILLE, ARKANSAS for each set. upon payment of $ 10.00 Xs:WW €X.fXMs.WYS V xiWxW f 2&' x The o'Jner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Information for Bidders. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. 20 bidder may withdraw his bid within 30 days after the actual date of the opening thereof. -! 3 IC. (Date) Sturman Mackey, Purchasing & Budgeting Officer 1 . I. BID BOND KNOt ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto in the penal sum of owner for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this 19 day of The condition of the above obligation is such that whereas the Principal has submitted to certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the NOW THEREFOR, (a) xf said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of the obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS'-WHEP.EOF,' the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal Surety SEAL BY: 3 A PROPOSAL FOR SCHEDULE I (A UNIT PRICE CONTRACT) Place F} [ erre vi f l e Af Date 4 -is 80 Proposal of A a corporation* organized and existing under the laws of the State of N , and qualified to do business in the State of Arkansas; a Partnership* consisting of an Individual* trading as TO THE CITY OF FAYETTEVILLE, ARKANSAS: The bidder in compliance with your invitation for bids for the construction of Highway 71 Bypass - Porter Road Interchange Water Relocation having examined the Plans and Specifications with related documents and the site of the pro- posed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct the project in accordance with the Contract Documents, and at the unit prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Word Order" of the Engineer, and to fully complete the project within 30 consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank 4 ....1 .� .., y. ,...... Schedule "A" (Reimbursable By A.E1.T.D.) ITEM ESTIMATED QUANTITY ,NO. AND DESCRIPTION *(1) 120 L.E. 16" Split Encasement Pipe (2) 2150 L.F. 8" D.Z.P. Class 50 (3) 18 L.F. 6" D.I.P. Class 50 UNIT** PRICE TOTAL $ 7 $ _t 930.04 (4) 4 Ea 8" Gate Valve w/box • 'y / Dollars 'o �`� uU silo. o" $ D,o� (5) 3 6" Gate Valve w/box ,,w $ $ . .. . 1 _ . . (6) 1 Ea Tie-in (To existing 8") la s :ML:. s � moo, a� $ S'3aaD (7) 80 Tons SB-2 z�L2 Dollars p Total Schedule "A" * NOTE: Fittings, bedding SB-2, and solid rock excavation shall all be 'ncluded in the unit price of pipe. - -- ** Unit prices to be shown in words and figures. In case of discrepancy amount shown in words will govern. 5a ITEM NO. Schedule "B" (City of Fayetteville's Share) ESTIMATED QUANTITY AND DESCRIPTION UNIT** PRICE TOTAL *(1) 164 lii.F. of 8" D.I.P. Class50 Dollars 3 /c/ [ 0l 2'O 2112-0,� — o ' L(4 $ 19,c2 o $ '77 D (2) 2 Ea. 8"Gate Valve w/box Doll (3) 125 Tons SB-2 Dollars i2s,do (4) 3 Ea. Relocate Existing Dollars Fire Hydrants, $ ao�dd Total Schedule "B" Total Schedule "A" .Total "A" & "B" 5b ** Unit prices to be shown in words and figures. In case of discrepancy amount shown in words will govern. The above unit prices shall include all labor, materials, bailing, shoring, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of Sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph S of the�enej1 Conditions. The bid security attached in the sum of p 7lJ J is y is to become the property of the owner in th event 11the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully Submitted: bid is by a corporation rtey l //p OC (Business Address and Zip Cod�) 3 ARKANSAS PERFORMANCE AND PAYMENT BOND (14-604 Arkansas Statutes) KNOW ALL :jEN BY THESE PRESENTS: That we (1) a (2) (3) of hereinafter called "Principal" and State of hereinafter called the "Surety", are held and firmly bound unto (4) _ , hereinafter called "Owner" in the penal sum of dollars ($ ), in lawful money of the United States, for the payment of which sum well and truly to be made, said principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. TEE CC:IDITIO:: OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of , 19 , a copy of which is attached and made a part hereof for the construction of: N0`7, THEREOFRE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agree- ment of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred uncer such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing material for or performing labor in the prosecution of the work provided for in such contract, any any authorized extension or modification thereof, all amounts due for, but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of, or in connection with, the wages earned by workmen covered by the bond; and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. ii The Surety agrees the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as determined by the Arkansas Department of Labor or U. S. Secretary of Labor, whicheven is greater, to all workmen *performing work under the contract. PROVIDED FURTHER, that the. said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alternation, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same, shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the. specifications. PROVIDED FURTHER, that no final settlement between the Owner and the contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each of which shall be deemed an original, this day of 19 ATTEST: SECRETARY (PRINCIPAL) (SEAL) WITNESS AS TO PRINCIPAL ADDRESS ATTEST: SECRETARY (SURETY) (SEAL) WITNESS AS TO ATTORNEY -IN -FACT ,ADDRESS (PRINCIPAL) BY (TITLE) (ADDRESS) (SURETY) BY ATTORNEY -IN -FACT ADDRESS a NOTE: Date of Bond must not be prior to date of Contract. (1) Correct name of Contractor (2) A Corporation, a Partnership, or an individual, as case may be (3) Correct name of Surety (4) Correct name of Owner (5) If Contractor is Partnership, all partners shall execute bond (6) This bond must be filed with the Circuit Court of the County where the work is to be performed, prior to the start of const- ruction (7) Must be executed by Arkansas Local Resident Agency for Surety CONTRACT AGREEMENT 1. This Contract and Agreement, made and entered into this 20th day of May , 1980 , by and between the City of Fayetteville, Arkansas, Party of the First Part, acting through its' duly authorized representative, and Jerry D. Sweetser, Inc. Party of the Second Part: :•7I T?-ESS-rn That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and supplies required to be furnished and to construct the improvements designated=as,Hwy:,71'. Bypass and Porter Road Water Relocation for the City of Fa}tefte`iil3e% s Arkansas, in exact accordance with the Plans on file at the:of icE'of-. t the Party of the First Part, and Specifications, Proposals;''Stipu ationE .= and Special Provisions attached hereto and made a part hereof asffully : Y; as though copied herein, under the direct supervision and-"to\the entire" • satisfaction of the Party of the First Part and in accordance`•with the` laws of the State of Arkansas. k'' 2. It is further agreed and understood by and between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done under this agreement, the unit prices named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in -the time specified, he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the contract, provided that extensions of time with waiver of liquidated damages may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond,.with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the laws of the State of Arkansas, and for not less than one hundred (100) percent of the amount of this contract. Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the Water and Sewer Department for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall in I be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas. 5. The Party of the Second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workmen's Comcensation Insurance in amounts as required by these Specifications. WITNESS OUR HANDS THIS O(Q t< DAY OF O WITNESS: SEAL, (if By �� NAME AND T WITNESS Affix Corporate Sc r any NOTE: This contract is for Schedule "B" only. 11 .•w INSTRUCTIONS TO BIDDERS 1. QUALIFICATIONS OF CONTRACTORS: Before submitting a bid, bidders must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the successful bidder must be legally qualified in all respects to do business in the State of Arkansas. •. When called upon to do so after receipt of Proposals, bidder shall prepare a Financial Statement, Experience Record, and Equipment Schedule. These statements shall reflect the current status of the bidder. The statements of each bidder must show net liquid assets or credit facilities in an amount of not less than fifteen (15) percent of the total amount bid. Each bidder must ha -e had at least three (3) year's experience in construction of similar improvements and must have successfully completed at least three (3) such projects. Each bidder must have equipment available which, in the opinion of the Engineer, is adequate to complete the work under these Specifications in the time allowed for completion. Should any bids be received from bidders whose statement, when filed, fail to show that the bidder's qualifications meet the minimum requirements above -enumerated, such bids may be rejected. .._ 2. LOCAL CONDITIONS: Bidders shall read the Specifications, examine the Plans, and make their own estimates of the existing facilities and the difficulties which will attend the execution of the work called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications or from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPOSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn on a National Bank or a bank having membership in the Federal Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal guarantee shall be in an amount not less than five (5) percent of the bid and made payable to the Contracting Authority to whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or other bid qualifications, shall be sealed in a separate envelope firmly attached to the outside of the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed Proposal shall be returned to the bidder unopened. The amount of any check or bond Authority as liquidated damages in case the enter into a contract and to furnish the re (10) days after the prescribed contract and signature. shall be retained by the Contracting bidder neglects or refuses to juired contract bond within ten bond forms are presented for I • • I Checks of unsuccessful bidders will be returned immediately after a contract has been executed. (a) Proposals shall be strictly in accord with the prescribed forms, furnished with the Specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (b) The bidder shall state in words and figures the lung sum and unit Prices for which he proposes to do each item of work covered by the Proposal. In case words and figures do not agree, the words shall coverr. and the figures shall be disregarded. (c) It is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents, including items for which no quantities are given, and the quantities given in the "List of Variable Quantities" at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjustment of the "Basic Bid" by reason of variation of actual variable quantities from the quantities given in the "List of Variable Quantities". In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents. (d) Proposals may be submitted for any or all Schedules, if more than one Schedule is included in the work, but bidders submitting a proposal for a "construction" Schedule must submit a proposal for any other Schedule of work incident thereto, such as "Electrical" and "Plumbing". Where a bidder bids on more than one Schedule and desires to accept the proposal, but any reservation on the part of the bidder to make a decision on what Schedules he will accept after bids are opened will render the bid null and void. (e) Proposals must be authorized to bind the bidder. (f) Proposals must be submitted complete, with all other Contract Documents in their oricinal binding as furnished by the Engineer. They must be submitted at the place and on or before the time specified in the Advertisement for Bids. (g) Proposals must be submitted in sealed envelopes addressed to the Contracting authority, and clearly marked on the outside of the envelope, "Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (h) The Contracting Authority will not consider bids only a portion of these Specifications. y ,. (i) The unbalancing of bids will not be tolerated. Evidence of material unbalancing will be considered cause for rejection. 5. ZIODI_ICATION OF BIDS: No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for o_ening. 6. BID BONDS, CONTRACT BONDS, AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. 7. CLARIFICATION OF CONTRACT DOCUENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for any interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed Documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsequently secures a set of Documents. The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Documents. 8. EXECUTION OF CONTRACT DOCUMENTS: Following the award and within ten (10) days, provided for in the Proposal, the successful bidder shall properly execute five (5) counterparts of the Contract Documents. 9. BASIS OF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case of more than one Schedule of Work) submitting the lowest and best bid (or combination of bids), considering the Contractor's experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The Contracting Authority reserves the right to select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between any Alternatives in the Proposal. 14 11. EX=PTICNS TO IN=UCTIONS TO BIDDERS: If this contract is less than $ 20,000.00 the following esceotion applies: The Contract or is not required to be licensed under the forms of .-lct 150 or the 1965 Acts of the General Assembly. 11. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before a date to be scecified in a written "Notice to Proceed" of the Owner and to full' complete the project within 30 consecutive calendar days thereafter. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials. (b) Insurance requirements. (c) Wage rates. (d) Special equipment which the Contractor must use on the job. 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work performed under this contract, the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. 2. Exorcise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctors care of persons (including employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for the removal of injured persons to a hospital or a doctors care. 15 'yt??F'. Mi. i; i:£,f{!r\ s;tp VL5 II. A (i;f?. HIM lilt.. f"I 3:i u: •• .•• .. r. ff^" t ,"'."90 , v::.qr c:'e}y._�..nH- ...:.dl l.at jy't� .�,.M1. :.i, zr .:1! t�..r. f'i• 1k:n it I/.{i�.;:f/f {z:: lJ vt'l;::I'rs��xfj! i, ii ii�l iiF rt 9): tr£M1t,.�t.:i:i/ tr l•9 ts::,) 1 >, Cti �,:.. 4ypElllY,,yo { . ? UNITED STATES FIDELiaLflJARANTY COMPANY .*it. ci �'1evs y (A Stopany) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We ..••••... Jerry D. Sweetser ..Fayetteville, A)2 ...................... 1[F.' r .. . Inc.,• ............... �1 .. r....... ........ ......... .......•r .. ................. •.. •........... .... ....... .......... r...........•........... as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a l corporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto........Ga..tY....At............... .....AR.............................................................................................................................................. as Obligee, hereinafter called Owner, in the amount te.4'.n d.g11.rs il?.41...QQI..Q.Q.a.r..r..f.as...............«.........._...............[................................................................ .'.�.. cy 5 Dollars(b....c .9....1..8.......0....Q ............j, for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, joi&' ntly and severally, firmly by these presents. Ma 20 Principal has by written agreement dated ..............1'..........S...1980............................, entered into a contract t; with Ownerfor furnishing all labor and material for the construction of Highway 71 Bypass - Porter Road Interchange water relocation for the [. City of Fayetteville, AR in accordance with plans and specifications prepared by City Engineer. a3 ii, which contract Is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense-`{ which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years -T :4. from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the I`? Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their '? liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being .t hereby waived• t =' In no event shall the aggregate of the Surety exceed the sum set out herein. (�rJliability :-- Executed on +his...............t...................day of................Nla 19....... erry D. Swe er In . .. ��,� •,,�, -� is UN TATES DELITY AND GUARANTY COMPANY'-' �' t=' Secretary _ 'F:1 � ••• A • V raw c•ia ar ty -'p `.. �•- -_ .Y '�� i�� �... S• .• /� ^ _ ..1 Ica. SC\ �S ::: .�.�IJ• i f ' �..•`+� Byr ••.•u. oue.euuu...•uou...00.oro..o..uoou.. o..oLauoTm � �\ .�-. - �1,, • Neil Danner Attmrrey-in=fact -' -r 7 nr t C' .� 9 Vf fl ,i M\v, N. a\�i� �lf%i i1 r,� F...�h... :,�nt�Nv li.v'.:i\JJ �..0 l\f{!'. ty19!{ll .tllit a. • � 1 vv r...r f 1 .e lr i e r /1 i',u♦ :1t 1f ',� tt i Contract 158 (Arken,na) (11 '�'• u•r °J• r� •. (Ls•6) £ S3 •A1;j a1ow11jng /0 317707 Jovadns 9131 /0 1jn73 •....,........................e.............-..-................. (PauSTS) ('Itl3S) asnog g laagog CL 61 a V ' .CeI1 ;o Imp 111SZ sap'PzooaU;o uno3 a 8u!aq awes aqi 'Au3 alountlsg !O 211103 mxdadns aqp ;o leas ayl xy]E put piteq Am ias 0191913 I '(09491341 Auowpsay U1 •axnisu8!s aumua8 will ail op amleu8!s 9131 aeagaq AIpaA put 'AnnloN pits aqi ;0 8utppMputq ayp ql!M palu!enbau we 1. 7Eyi A;!1193 iaqun; I vla:agp papiooai ail of spaap jo joozd xo 'sluawepalMoulae alltl pun sgiuo xalsm!mpe of Mt[ Aq pazuoyine put uxOMS put pauo!sstmmoa Amp 'wow!jtg ;o MID Dill so; put u! 'puelLzelq ;o 92E15 will ;o aggnd AxeloN a u!Op os ;o amp all it SUM 'awtu s!q pagtxosgns olaxayl sey ORM put 'apew axaM st!AepWt paxauut agt WOgM axo;aq 'axwbsa ' tiny • r laagaag IEgi Apuaa Aqaiaq op 'leas a well put `pzoaau jo uno3 E el 211103 ga!NM 'A213 axompjtg ;o uno3 xouadnS aqi ;o 1pa13 • asnog • H ;egog 'I ( 'AII3 3H0NII7VH •taS Sl aNVTABVIc 30 3.LV.Ls •a;jgnd AAutoN .....................ZTny"�p'•3;ieq:iag......... (Pau2tS) ('jyas ) 61 'a'V 'AInr u! Aep isig alp sandxa uoissmpmoo Apj •Auedwo3 alp ;o 'Alauiaadsaz Axaiaxaas tut1STSSV pue tuap!sa1d-aatA se xapie at[(j Aq oiaxagp sameu nags pau8!s Lag; 2841 pile 'uop •modzoa pies ;O uotaana ;o pzeog aqi ;o iapwo Aq pig on SUM I! 1tgl '[raw alexodzoa gaps SUM AawOIIV JO JwMod P!es 01 paxlge [was aqi ivy uopvxodxoa plus jo Leas will Many[ gala Aagi tegl : Aauxony ;o zaMod 8mo2azo; will palnaaxa ga!gM pat ui paquosap aopezod -zoa aqi 'ANVdIV0D AINVHVf13 aNV AIPI3UId S3IV.LS a3.LINa p ies alp jo Anslazaag lusps!ssy 9141 put ivap!sazd-aa!A alp A[anpaadsaz awe& aaAColl •'I pTAVa pue •ar 'Jijeas •)ll mea'}aag pits alp `Aagi nip !PII[ I1 `atom 11Eg ;o Ai!3 aqi u! pap!sal Aayi lEgt p!es 'worts Alnp Allnanas am Aq 8ulaq 04M 'palulwnbae Alleuouad wt I mo1M ;o gpoq yi!M'Auedmo3 P! Jo AmlaxaaS luwpstssV' JOSOjI •'I PTAea PUB ANV& 03 AINVIVf10 aNV AII13UId S3IVIS a3IINf1 942 Jo tuap!sazd•aolA' •ar 'RTeas •hl wealaag amta AI[euouad am azo;aq ` EL6I •a •y ' 4C K 10 Aep 111 SZ sPP uO :ss { 'AL!) 3H0AII'IVH t `UNV'IABVIV 30 3SV•LS .4alanag 1uva1ny JOAOZI •Z PTArQ eu2L (Ztl3S) luapsa1d-anti �sr.., Ctgag Sj •tiie3;.iag ...........,Ig (PauSTS) ANVdIY03 AINVHVf19 0NV AII33UIj S3.LVLS a3.LIN11 EL61 'a V' .Cew 10 Atp 41 SZ sill 'AxelazaaS luels!ssy put luap!sazd-aa!p Sit ;o sampeu8!s aqi Aq paisam A[np '[eas ail of 3nautllxlSUl SRI pasnEa seq ANVdW OD AINVHVR0 aNV A.LI'I3UI3 S3IVIS a3.L1NII Pies aqp '/0a. -sluasazd asagl;o anus Aq saslm. eQ aauuea TTOM • .Y pies aqi »naoslegM put it ewzyuoo pus saypez Aqaiaq •uopaan(I ;o pxtog sl! 'sn yenozgp 'ANVdW0D ASNvHVf10 aNV 7.1I'I3GI4 S31V1S 03IINf1 pies ayp put :Aauzouy ;o xaMod s!gi JO ued a aptiu put paxauue oia1aq s! yalgM ;o Adoa pay!uaa a 'ANVdIhI03 AINVHVfl9 aNV AITIlUId SaIVIS U3IINf1 P!E5 aqp ;o siotaax!a In p1eog aqi ;o uopn[osa1 alp u! quo; law s8u!yp put slOE Ile put Are vua;sad put op Alanpaadsal of put 'spuoq Ile put Are aSpalMOup[ae put jaws 'amoaxa of put 'ot foams we ameu si! u8!s oI :IiM of •sasodmd 8WMo1lo; 041 10; sesuenl.iy 10 alems ayi 101 put nl Aauxotit In;Ms[ put anxi ell evoue�Iad 10 alms aTITAalla.fe3 JO Ai !3 eyt;o aauuea flaw tu!odde put atnlpsuoa Aqaiaq swop 'put3Aze;;j ;o am S ayi u! 'alomlpjeg Io Atli ayi ie aawo jedpupd si! 2u!AEq put 'puejhxely ;o 02825 ayi In SME[ ayl iapun 8ups!xa pun paz!ue2xo uopenodioa e 'ANVdI403 AINVHVf10 aNV AII13aLd S3IVIS a3IINf1 ley!, :sluasaad asayi •(q uajq na mou}j 88L98 .......... •.px A3MHOflV 30 HSMOd 'IvuaNsO AdO7 Q3IdI Lm COPY OF RESOLUTION That Whereas, its necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be is Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys.in.fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognirances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in my and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, David M. Engler , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Neil Danner oFayetteville, Arkansas , authorising and empowering him to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 11th day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. in Test nony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on (Date) May 20, 1980 iLe Secretary. J GENERAL CONDITIONS OF THE SPECIFICATIONS 1. GENERAL DESCRIPTION: The work emuraced in these Contract Documents consists of the following: Relocating the existing 8 inch watermain 2. DEFINITION OF TERMS: Wherever in these Documents the following terms are used, they are understood to have the following meanings: "OF:NER" or "CONTRACTING AUTHORITY" shall mean the City of Fayetteville, Arkansas. "ENGINEERS" or "ENGINEER" shall mean the City Engineer, Fayetteville, Arkansas, City Administration Building, 107 West Mountain Street (P.O. Drawer "F"), Fayetteville, Arkansas. "CONTRACTOR" shall mean the individual, partnership, or corporation that may have entered into the contract with the Contracting Authority to perform the work specified herein. "WORK" shall mean the furnishing of all necessary tools, labor, equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 3. LAWS AND REGULATIONS: All work shall be done in conformity with the laws of the State of Arkansas, and any subdivision thereof, municipal and local laws and ordinances, and all applicable federal statutes, laws or regulations. No convict labor shall be employed on this project. 4. CONTRACT DOCUMENTS: The "Advertisement for Bids", the "Proposal", the "Bond" the "Instructions to Bidders", the "General Conditions", the "Detailed Specifications", and the "Plans", are each and all of the Specifications component parts to the agreements governing the work to be done and the materials and equipment to be furnished. 16 The Contract Documents are complimentary, and what is called for by one shall beas binding as if called for by all. The intention of the Documents is to include all tools, labor, equipment, materials and supplies necessary for the proper execution of the work. Materials or work described in words which so applied have a well-known Technical or Trade meaning shall be held to refer to such recognized meaning. The following copies of the executed Contract Documents will be provided: One for the Contracting Authority, One for the successful Bidder, One for the Engineer, One for the Surety, One for filing with the Circuit Clerk in the County where the Work is to be performed. 5. SCECONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, submit to the Engineer, in writing, the names of any Sub- contractors he proposes for any part of the work. The Engineer's approval must be secured, in writing, on all Sub- contracts before they are made and signed. The Contractor shall be held fully responsible to the Contracting Authority and the Engineer for the acts and omissions of his Subcontractors and of the persons directly or indirectly employed by his Subcontractors. Nothing contained in these Specifications or in the Contract Documents shall create any contractual relation between any Subcontractor and the Contracting Authority. 6. THE CONTRACTOR: It is understood and agreed that the Contractor has satisfied him- self as to the nature and location of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee of the Contracting Authority or Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 7. TIIE ENGINEER: The Contracting Authority contemplates and the Contractor shall permit and make possible a thorough inspection by the Engineer of all work: and materials furnished under the Contract Documents. The Contractor shall perform the work to the satisfaction of the Engineer. No work shall be performed by the Contractor without the knowledge and approval of the Engineer. The Contractor shall be an "independent contractor" with full power and authority to select the means, methods and manner of performing the work, being responsible to the Contracting Authority for all materials delivered and the results contracted for. The authority of any represen- tative of the Contracting Authority of the Engineer is limited to such determinations concerning the interpretation and performance of the Contract Documents. The failure of any representative of the Contracting Authority or of the Engineer to condemn or reject work or materials, or otherwise to exercise any function entrusted to him, shall not excuse the Contractor from the faithful performance of this Contract, nor shall such action imply any acceptance by the Contracting Authority or by the Engineer of faulty work or materials. The Engineer shall, within a reasonable time after presentation, make decisions in writing on claims arising between the Contracting Authority and the Contractor and shall make interpretations of plans and specifications. E. BORD: Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the amount of ninety-five (95) percent of the contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and obligations arising from the execution and performance of the Contract, and guaranteeing the work against faulty workmanship and materils during construction and for one year after completion, all provisions of the bond to be complete and in full accordance with the statutory require- ments. The bond shall be executed with the proper Sureties through a company licensed and qualified to operate in the State and approved by the Con- tracting Authority. If at any time during the continuance of the Contract,. the Surety on the Contractor's bond becomes irresponsible, the Contracting Authority shall have the right to require additional sufficient Sureties which the Contractor shall furnish to the satisfaction of the Contracting Authority within ten (10) days after the notice to do so. In default, thereof, the Contract may be suspended, and all payments or money due the Contractor withheld. The bond must be filed with the Circuit Clerk of the County in which the work is to be performed before any work under the Contract is performed. A form of this bond is attached hereto and made a part of these Specifications. `). I:Isti v\.`ICS: The Contractor shall maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefits and from claims for damages because of bodily injury, including death, and from claims for damages to property which may arise cut of operations or the work, whether such operations be by himself or by any subcontractor or any- one dirr?ctly or indirectly emnloyed by either of them. The insurance shall. be •.;ritten in companies authorized to do and doing business in Arkansas and for not less than the following limits: Comprehensive General Public Liability with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000; Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $ 100,000 and $ 300,000 and property damage limit of $ 50,000 for each accident; Standard Workmen's Compensation and Employer's Liability covering with statutory limits; Contractual liability insurance with bodily injury limits of $ 100,000 and $ 300,000 and property damage units of $ 50,000. Certificates of such insurance shall be filed with the Engineer before ''ark commences under any contract or subcontract. 10. ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights, and shall save the Contracting Authority from loss on account thereof. 11. INSPECTION: The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work done shall at all times be subject to the inspection of the Engineer or his authorized representative to see that it is done in accordance with the Contract Documen ts. Inspectors may be appointed by the Engineer or Contracting Authority and their duty shall be to guard the Contracting Authority against defects and deficiencies in the work and to see that the work is done in accordance with the Contract Documents. Inspectors shall have authority, subject to the final decision of the Engineer, to condemn and reject any defective work and to suspend the work when it is not being done properly, but the responsibility for the work and compliance with the Contract Documents and all applicable laws, rules and regulations shall be the Contractor's. Inspectors shall have no authority to permit any deviation from the Plans and Scecifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. 19 The inspector shall in no case act as foreman or perform other duties for the Contractor, nor interfere with the management of the work by the latter. \ny•advice which the inspector may give the Contractor shall in no wisebe donstrued as binding to the Engineer in any way or releasing the Contractor from fulfilling all the terms of the Contract. All condemned work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with instructions in this respect, the Contracting Authority may, upon certifi- cation by the Engineer, withhold payment or proceed to terminate the contract as provided herein. Any defective work may be rejected by the Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. 12. WOR ,1ANSHIP AND SUPERINTENDENCE: The Contractor shall keep on this work, during progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the service of all workmen, mechanics, tradesmen, and other employees necessary in the execution of the work contemplated herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate, or in- competent, or who neglects or refuses to perform his work in a satisfactory manner, shall be promptly discharged. It is particularly called to the Contractor's attention that only first-class workmanship will be acceptable. 13. _ POSITION, GRADIENT, AND ALIGNtMENT: The Engineer shall set such stakes to proper line and grade as may be necessary for guidance of the Contractor in the proper performance of the work, and all work must conform closely to the lines and grades given. It shall be the duty of the Contractor and his employees to call the Engineer's attention to any stakes which may have been disturbed or which seem to be off line or grade. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless desruction, he shall be charged with the resulting expense and shall be responsible for any mis- takes that may be caused by their unnecessary disturbance or loss. 14. PROTECTION OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: The Contractor shall adequately protect the work, the Contracting Authority's property, adjacent property and the public from injury, damage or loss arising in connection with the contract or the work. 20 The Contractor shall provide and maintain all passageways, guard fences, lights or other facilities for safety and protection required by any public authority or local conditions. The Contractor assumes entire responsibility and liability for an' third party claims and actions based upon or arising out of injuries, includinq death to persons or damage to or destruction of property, sus- tained or alleged to have been sustained in connection with or to have arisen out of or incidental to the performance of this contract by the Contractor, his agents and employees and his subcontractor, their agents and employees, regardless of whether such claims or actions are founded in whole or in part upon alleged negligence of the Contracting Authority, Contracting Authority's representatives or the Engineer, or the employees, agents or licensees thereof. The Contractor shall indemnify and hold harmless the Contracting Authority and its representatives and the Engineer and his representatives in respect to any such matters. 15 LEG=; RESTRICTIONS AND PERMITS: The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature, and shall give due and adequate notices to those in control of all properties which may be affected by his operations. Permits, licenses, and easements for permanent structures or permanent changes in existing facilities will be provided by the Contracting Authority unless otherwise specified. The Contractor must obtain per- mission from the Contracting Authority or other proper authority before blockading any roads or highways, and shall furnish all necessary barricades and detour signs. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn or specified. 16. ASSIGNMENTS: No assignment by the Contractor of the contract, or any part there- of, or of the funds to be received thereunder by the Contractor, will be recognized unless such assignment has had the written approval of the Con- tracting Authority, and the Surety has been given due notice of the assign- ment in writing. -- No assignment, transfer, or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any Assignee fail to perform the work undertaken by him in a satisfactory manner, the Contracting Authority may, at its option, annul and terminate Assignee's contract. 17. oTEER CONTRACTS: The Contracting Authority reserves the right to let other contracts in connection with this work. The Contractor shall afford other Contractors reasonable o_:portunity for the introduction and storage of their materials and the execution of their work, his work with theirs. and shall properly connect and coordinate 21 Whatever work being done by the Contracting Authority's forces or by any other Contractor is contiguous to work covered by this Contract, the respective rights of the various interest involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. 19. SUSPENSION OF WORK: The Contracting Authority may at any time suspend the work or any part thereof by givinq ten (10) day's notice to the Contractor in writing; the work shall be resumed by the Contractor ten (10) days after the date fixed in a written notice from the Contracting Authority to the Contractor to do so. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Contracting Authority does not give notice in writing to the Contractor to resume work at a date within twenty (20) days of the date fixed in the written notice to suspend, except in the case of litigation, then the Contractor may abandon that portion of the work so suspended, and he will be entitled to the estimates and payments for all work done on the portions so abandoned, if any. 19. THE CONTRACTING AUTHORITY'S RIGHT TO DO WORK: If the Contractor should neglect to presecute the work properly or fail to perform any provision of this Contract, the Contracting Authority after three (3) day's written notice to the Contractor may without prejudice to any other remedy it may have, make good such deficiencies, and may de- duct the cost thereof from payments then or thereafter due the Contractor. 20. THE CONTRACTING AUTHORITY'S RIGHT TO TERMINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should refuse or should fail, except in case for which extension of time is provided to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for material or labor, or desregard laws, ordinances, or the instructions of the Engineer, or other- wise be guilty of a substantial violation of any provision of the Contract, then the Contracting Authority, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor as provided under Paragraph 21, immediately following. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracting Authority. The expense incurred by the Contracting Authority as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. Pendi::cr settlement of the En -inter may suspend action Co:^.tractor shall not be entitle reason of such d play, nor shall althouch such extension of time deems it in the interest of the disputes on any point of controversy, on all or any part of the work. The 3 to any claim for loss or damage by he be entitled to extensicr, of time, may be granted by the Engineer if he work. 2l. T-Rft!I::ATION FOR BREACH: In the event that any of the provisions of this Contract are violated b_: the Contractor or by any of his Subcontractors, the Contracting Authority may serve written notice upon the Contractor and the Surety of its intention to terminate such Contract, such notices to contain the reasons for such intentions to terminate the Contract, and unless 'within ten (10) days after the serving of such notice upon the Contractor such violation shall cease and satisfactory arrangements for correction by made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Contracting Authority shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract, provided, however, that if the Surety does not commence performance thereof within thirty (30) days from the date of the mailing to such Surety of notice of termination, the Contracting Authority may take over the work and prosecute the se to completion by contract for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Contracting Authority for any excess cost occasioned the Contracting Authority thereby, and in such event the Contracting Authority 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. 22. PAY:TENTS WITHHELD: The Contracting Authority may withhold or, on accout of subsequently discovered evidence, nullify the whole or part of any certificate to such extent as may be necessary to protect the Contract- ing Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, Cc) Failure of the Contractor to make payments properly to Subcontractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work When the above grounds are removed, payment shall be made for amounts withheld because of them. 23. DELAYS AND E}:TENSIONS OF TIME; If, at any time, the Contractor considers he is being delayed by an act or neglect of the Contracting Authority or its employees, or by any other Contractor employed by the Contracting Authority, or by any changes or additions ordered in the work, or for any reason beyond his control, 23 he shall within ten (1O) days from the beginning of such delay notify the Engineer in writing of the causes of any such delay. Extensions of time, with relief from responsibility for liquidated damages incurred by the Contracting Authority on; account of such delay, will be granted the Contractor, when; in the opinion of the Engineer, the causes so called to his attention warrant such extensions of time. No claims for delay will be considered unless such notice has been filed with the Engineer within the time specified above. The Contractor will be required to furnish the Engineer two copies of each purchase order for materials and equipment as they are issued. If the Contractor shall seek an extension of time because of delay in receiving delivery of critical materials,,such extension of time may be granted when, in the opinion of the Engineer, the extension is warranted and the delay is in no way caused by the Contractor's financial status or by any act or failure to act on the part of the Contractor. Failure to get items of material or equipment not essential to the completion of those portions of the work, which, in the opinion of the Engineer requires supervision by an Engineer, shall not be deemed justification for waiver of liquidated damages, however, even though such delays are beyond the Contractor's control, and even though such items of material or equipment may be essential to the actual placing in operation of a portion of all of the project. When such items of materials or equipment are delayed for reasons beyond the Contractor's control, he shall complete all other work within the specified construction period. Extensions of time, without relief from responsibility for liqui- dated damages incurred by the Contracting Authority on account of delays, may be granted the Contractor on account of his failure to complete the work within the time specified. 24. ADDITIONAL, OMITTED, OR CHANGED WORK: The Contracting Authority, without invalidating the Contract may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. Additional work shall be done as ordered in writing by the Engineer, which order shall state the location, character, and amount of extra work. All such work shall be executed under the conditions of the original contract and subject to the same inspection and tests as though therein included. Compensation for additional, omitted, or changed work shall be adjusted as follows: Any changes in quantities of work for which unit prices are required in the Proposal shall be at and for the price bid. Work for which prices are not required shall be paid for or deducted, as the case may be, upon the basis of an estimate prepared by the Contractor and approved by the Engineer, prior to the written order changing the quantity of work. If the Contractor claims compensation for additional work not ordered as aforesaid, or for claims of damages sustained, he shall make a written statement of claims for compensation or damages to the Engineer, 24 which statement shall be in the hands of the Engineer within such time as will allow a full consideration of the basis for such claim, and in no case later than fifteen (15) days after the work has been completed or damages sustained. The Contractor shall furnish, if required, any accounts, bill„ or vouchers relating thereto. Unless such claims are made as re- ruired, they shall be considered forfeited and invalid. The Contracting Authority reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages for anticipated profits on any portion of the work to be omitted. 25. ARA ITPATICN: (a) Demand for Arbitration. Any decision of the Engineer which is subject to arbitration shall be submitted to arbitration upon the demand of either carts to the dispute. The Contractor shall not cause a delay of the work because of the pendency of arbitration proceedings, except with the written permission of the Engineer, and then only until the arbitrators shall have any ocpor- tu.^.ity to determine whether or not the work shall continue until they decide the matters in dispute. The demand for arbitration shall be delivered in writing to the Engineer and the adverse party, either personally or by recistered mail to the last known address of each, within ten (10) days of the receipt of the Engineer's decision, and in no case after final payment has been accepted. f the Engineer fails to make a decision within a reasonable time, a demand for arbitration may be made as if his decision had been rendered against the demanding party. (b) Arbitrators. No one shall be nominated or act as an arbitra- tor who is in any way financially interested in this Contract or in the business affairs of the Contracting Authority, or the Contractor, or the Engineer, or otherwise connected with any of them. Each Arbitrator shall be a person in general familiar with the work or the problem involved in the dispute submitted to arbitration. Unless otherwise provided by controlling statutes, the parties may agree uron one arbitrator; otherwise there shall be three, one named in writing by each party to this Contract, to the other party, and the third chosen by those two arbitrators. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding in respect to both the matter submitted to and the procedure followed during the arbitration. Such decision shall be a condition precedent to any right of legal action. (c) Arbitration Procedure. The arbitrators shall deliver a written notice to eaca of the parties and to the Engineer, either personally or by registered mail to the last known address of each, of the tine and Place for the beginning of the hearing of the matters submitted to them. Each _arty may submit to the arbitrators such evidence and arguments as he may desire and .the arbitrators may consider pertinent. The arbitrators shall, however, -be tie judges of all matters of law and fact relating to both the subject matters of and the procedure during arbitration and shall not be bound by technical rules of law or procedure. They may hear evidence in whatever form they desire. The parties may be represented before them by such persons as each may select, subject to the discipli- nary power of the arbitrators if such representative shall interfere with the orderly or speedy conduct of the proceedings. Each party, and the Engineer, shall supply the arbitrators with such papers and information as they demand, or with any witness whose move- ments are subject to their respective control, and upon refusal or neglect to comply with such demands, the arbitrator may render their decision without the evidence which might have been solicited therefrom, and the absence of such evidence shall afford no ground for challenge of the award by the party refusing or neglecting to comply with such demand. The submission to arbitration (the statement of the matters in dispute between the parties to be passed upon by the arbitrators) shall be writing duly acknowledged before a notary. Unless waived in writing by both parties to the arbitration, the arbitrators, before hearing testimony, shall be sworn by an officer authorized by law to administer an oath, faithfully and fairly to hear and examine the matters in controversy and tc make a just award according to the best of their understanding. The arbitrators, if they deem the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall consider proper for the time, expense, and trouble incident to the arbitration, and if the arbitration was demanded without reasonable cause, damages for delay, and other losses. The award of the arbitrators shall be in writing and acknowledged like a deed to be recorded, and a duplicate shall be delivered personally or by registered mail forthwith upon its rendition, to each of the parties to the controversy and to the Engineer. Judgement may be rendered upon the award by the Federal Court or by the highest State Court having juris- diction to render same. The award of the arbitrators shall not be open to objection on account of the form of the proceedings or the award, unless otherwise provided by the controlling statutes. In the event of such statutes pro- viding on any matter covered by this Article otherwise than as herein - before specified, the method of procedure throughout and the legal effect of the award shall be wholly in accord with said statutes, it being the intention hereby to lay down a principle of action to be followed, leaving its local application to be adapted to the legal requirements of the jurisdiction having authority over the arbitration. The Engineer shall not be deemed a party to the dispute. He is given the right to appear before the arbitrators to explain the basis of his decision and give evidence as they may require. :V • I�=.='_-T�- NCI'-. TO 'SANUF\CTUREF OR TRADE NAMES. Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article, or ecuipment of other manufacturers and vendors which will perform adecuately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the Engineer, of equal substance and function. It shall not be purchased or installed by the contractor without the Engineers' written approval. 27. USE OF COMPLETED PORTIONS: The Contracting Authority shall have the right to take possession of and use any completed or partially completed portions of the work, not-.dithstanding that the time for completing the entire work on such portions may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use of completed portions increases the cost of, or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. The Contracting Authority, in taking possession of completed portions, shall agree to accept the decision of the Engineer, on matters relating to responsibility for damages that may occur to any portion of the work during the period of possession preceding acceptance and final payment. 28. ACCE?TANCE AND FINAL PAYMENT: As soon as the work has been substantially and satisfactorily completed, the Engineer will make a final estimate stating that the work provided for under this Contract has been completed and is accepted by bin, under the terms and conditions thereof, with qualifications, if any, as stated. If certain parts of the work are not completed or if certain corrections must be made in the work even though the work is substantially completed, the Engineer is authorized to determine the amount which in his opinion is required for completion and/or correction of the work, and such amount may be withheld from the final payment to the Contractor, pending the completion and correction as required. The balance found to be due the Contractor shall be paid by the Contracting authority within forty (40) days after the date of the final estimate. Prior to filing for final estimates, the Contractor shall file with the Engineer a receipt in full from each manufacturer, subcontractor, dealer and supplier for all equipment and material used on the work and a complete release of all liens which may have arisen from this Contract. In lieu thereof, the Contractor shall file statements showing balance due or claimed on all accounts and the Contracting Authority shall have the right, if it so elects, to withhold sufficient honey to pay such balances until receipts in full or satisfactory evidence of final determination are filed with the Engineer who may then make the final estimate. The making and acceptance of the final payment shall constitute a waiver of all claims by the Contracting Authority, other than those arising from incomplete or uncorrected work, unsettled liens, or from faulty workmanship or materials, and of all claims by the Contractor, except those previously made and still unsettled. If the work has been partially but substantially completed to the extent that all adjustments in the Contract sum may be made, the Engineer may, if material delay in completion is anticipated or if ot:er'::ise deemed in the interest of the work, make the final estimate, retaining, in addition to other requirements which may be specified under payments, an amount representing the cost of unfinished work. Such payment shall be under the terms and conditions governing final payment. Neither the making of the final estimate, or final payment, shall relieve the Contractor of his responsibility for faulty materials or workmanship, and he shall remedy any defects and pay for any damage resulting therefrom which shall appear within a period of one (1) year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness, and all questions arising under this paragraph shall be decided by the Engineer. 29. PAYMENTS TO CONTRACTOR: The Engineer will on or about the Twentieth (20th) day of each month make an estimate of the work done. As soon thereafter as possible, and as soon as the Contractor has filed receipted bills showing that he has paid the previous month's bills, the Contractor will be paid seventy (70) percent of the value of work in place, plus ten (10) percent for that portion of the work accepted for beneficial occupancy, plus (20) percent of the value of work that has been properly cleaned up, plus fifty (50) percent of the value of the materials on the job site but not in place (figured from the Contractors paid invoices), minus amounts previously paid. A final estimate will be made following the final inspection as provided under paragraph 28, after which time and within a period of forty (40) days, the Contractor will be paid the full amount of the contract price, less amounts previously paid. Payment will be made only for the actual quantities installed. The Contracting Authority may withhold or, on account of sub- sequently discovered evidence, nullify the whole or part of any certificates to such extent as may be necessary to protect the Contracting Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Sub- contractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work. When the above grounds arc removed, payment shall be made for amounts withheld because of them. 30. SiiO? AND ERECTION ORAi1I!rS: The Contractor shall furnish the Engineer with triplicate corios of all shop and erection drawings for approval. These drawings shall include the drawings prepared on structural and reinforcing steel, special layout drawings of equipment or machinery purchased under this Contract, and other supplementary drawings required in the prosecution of the •.pork. One copy shall be returned to the Contractor and two copies retained by the Engineer for field and office reference. The approval of such drawings by the Engineer does not constitute an acceptance of responsibility of their accuracy. 31. LABORATORY TESTS: All material entering into the work is subject to various tests as may be required by the specifications. The cost of all such tests shall be the responsibility of the Contractor furnishing such material. The Contractor shall also bear the cost of any tests arising out of his desire to use materials which may be questionable in the opinion of the Engineer. 32. DRIiP.<ING WATER AND SANITARY FACILITIES: The Contractor shall provide safe drinking water for his workmen during the construction period. The water shall be delivered through a spigot, angle jet fountain, or other approved device. Common drinking cups will be prohibited. . The Contractor shall furnish adequate sanitary facilities for workmen in the work area during the construction period. 33. CONSTRUCTION SAFETY: Throughout these specifications, whenever engineering decisions are to be made to ensure adequate construction in accordance with the plans and specifications, such inspection and engineering decisions are not to be construed as supervision of the Contractors' work force, nor make the Engineer responsible for providing a safe place for the performance of the work by the Contractor or the Contractors' employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsi- bilities are covered under the provisions of the contract, the Contractors insurance and performance bond and cannot be the responsi- bility of the Engineer. The above provision does not prevent the Engineer or his 29 personnel from requiring reasonable safety standards, if, in the course of their: technical supervision, it comes to the attention of the Engineer that reasonable safety standards are not being carried out. DETAILED SPECIFICATIONS PART I - CONTRACT STIPULATIONS I-1 SPECIFICATIONS: These detailed specifications are drawn with the object of securing first class workmanship and materials throughout the work embraced in this contract, and of securing completed structures properly and well constructed with regard to all local conditions. I-2 EXTENT OF WORK: It is mutually agreed and understood that the contractor will furnish all tools, labor, equipment, materials, and supplies required to be furnished, and will construct complete all work shown on the Plans and in these Specifications. The Work consists of: Excavating, laying different size pipes and setting fire hydrants, sterilizing and testing water lines, proper back - filling of trenches, clean up and restoring streets, driveways„ ditches, concrete sidewalks, and yards to an acceptable condition. I-3 LIST OF PLANS: The Plans are bound separate from the specifications and are generally titled Highway 71 Bypass - Porter Road Interchange Waterline Relocation DESCRIPTION SHEET NO. Vicinity map 1 Plan 2 s 3 Water Details 4 I-4 LANDS AND RIGHTS -OF -WAY: The Owner will provide all permanent easements or permits actually required for the construction of the work in all Schedules. The Contractor shall lease, buy, or make satisfactory provisions, without obligation to the Owner, for all other temporary land easements or rights -of -way which he may require for access or storage of materials or equipment. DS -1 I-5 STAKING OUT WORK: The Engineer for each Schedule -.gill furnish labor to act as rodmen, chainmen, and to perform all other duties required to assist the Engineer in staking out the work for construction and for measurements to determine quantities of pipe installed. The Contrac- tor shall not be required to furnish any labor for this purpose. I-6 QUALITY OF THE PLANS: 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 maps and are underground. The approximate location of existing underground water, gas, and telephone lines are shown. 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 of 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 encountered, including rock and underground water, and the submission of the Proposal by the Contractor for the work constitutes his compliance with this requirement. DS -2 DETAILED SPECIFICATIONS . PART II - CONSTRUCTION SPECIFICATIONS II -1 PLANNING AND EXECUTION OF THE WORK: The construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. Water main connections requiring shut -down of water service to users shall be coordinated through the City Engineer. II -2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled with compacted SB-2. No claim for additional compensation shall be made for such backfilling of excess excavation unless the Contracting Authority or its agent is responsible for the error. When necessary to protect the laborers, the work, or adjacent property, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has preceded to a point where it can be safely removed, except that, if in the opinion of the City Engineer dacaae is liable to result from withdrawing shoring, it shall remain in place. II -3 EXCAVATION - TRENCHES FOR WATER MAINS: Trenches for water lines shall be the width and depth necessary for the proper installation of the pipe. All pipe lines shall be laid in trenches of such depth as to provide a minimum cover of thirty-six inches over the top of pipe barrel unless otherwise shown on the Plans. Contractor shall increase depth as necessary for crossing other pipe lines and to provide required cover for valves and valve boxes. Trench will be deepened to the extent necessary so as not to exceed the maximum permissible deflection of the pipe being installed, with maximum permissible deflection being as recommended by the pipe manufacturer. Width of pipe trench for all water lines shall be adequate for the installation of the pipe and make-up joints, but in no case shall the width of the trench at the top of the pipe be wider than the outside diameter of the pipe plus two (2) feet. The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact with and have a longitudinal bearing on undisturbed soil for the full length of the pipe, except for such distance as necessary for adequate bell holes and proper sealing of the pipe joints. If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall DS -3 __ excavate below the lower extremity of the pipe as directed by the Engineer, and place a cushion of sand, gravel, or crushed stone thoroughly tamped into place to receive the pipe. Material used for this purpose shall be 5B-2. II -4 EXCAVATION - ROCK IN TRENCHES: Rock excavation shall be defined as solid rock in formation which cannot be excavated efficiently by adequate power shovels or excavators of recognized standard manufacture in good condition and adequate size, well handled by skilled operators; and boulders or pieces of detached rock, which may be embedded in materials not classed as rock, exceeding ten (10) cubic feet in volume. The term "excavated efficiently" as used in this Specification shall mean that where formation rock can be excavated at a lower cost per cubic yard of useful excavation by blasting, barring, or wedging, it shall be so excavated and will be classified as rock. The Contractor's attention is called to the fact that a shale formation exists in Fayetteville that generally can be dug and, therefore this material will not be classified as rock except where it cannot be efficiently excavated as defined above. The volume of rock excavation shall be determined by the horizontal measurement of length of trench in which rock occurs, the vertical measurement of depth of rock and a, width of "D". "D" shall be the nominal diameter of the pipe plus 15 inches, but not less than 24 inches. II -5 EXCAVATION - CLASSIFICATION, MEASUREMENT AND PAYMENT: All excavation not classed as rock shall be classed as common excavation. The volume of rock excavation shall be determined per Section 11-4 of these Specifications. Rock excavation shall be paid for at the unit contract price given in the Proposal. The cost of all common excavation in trenches for water mains - shall be included in the contract unit price for pipe and shall not be paid for separately. All rock excavation in trenches for water mains shall be measured and paid for as rock excavation. II -6 BLASTING: Blasting will be permitted only when proper precautions are taken for the protection of persons, the work, and adjacent property; and any damage done to the work or property by blasting shall be repaired by the Contractor at the Contractor's expense. All operations involving the storane of explosives shall be in full c Federal statutes and regulations. t, handling, use, and ith applicable State and Blasting will be done only after securing written permission from the City Engineer's office. DS -4 The Contractor shall be liable for all injuries or deaths to persons or damage to property caused by blasts or explosions. The attention of the Contractor is called to Section 9 of the General Conditions of the Specifications entitled "Insurance". The cost of all work under this Section shall be included in the Contract unit price for rock excavation and will not be paid for separately. II -7 BACK FILLING: All trenches shall be backfilled immediately after the pipe is laid using methods that will not disturb the pipe. Material used for backfilling shall consist of the excavation or borrow of sand, gravel, or other material approved by the Engineer, and shall be free of trash, lumber and other debris. After the pipework has been approved, trenches shall be backfilled with fine, loose earth free from clods or stones larger than three (3) inches in any dimension, and of proper moisture content. This selected material shall be carefully deposited by hand in layers not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and care- fully rammed around the pipe until the backfill has been brought up to the springline of the pipe. The backfill shall then continue without tamping but with same material, placed by hand, to a point at least twelve (12) inches above the top of the pipe. If the excavation is not suitable for this purpose, as determined by the Engineer, then SB-2 shall be used for this operation. The remainder of the backfill may then be backfilled by any approved method which will not injure or disturb the pipe. Trenches outside the public right-of-way will be neatly graded up and left slightly "over -full" so that subsequent settlement will leave the route level with the surrounding terrain. Trench on public pro- perty shall be filled and refilled as necessary to provide a smooth, well - graded appearance. All backfill shall be settled and consolidated until fur- ther settlement will not occur. It is the intent of this Specification that the Contractor shall be responsible for settlement of backfill in all work covered herein. He shall refill trenches as often as necessary to bring them back to original grade, and during that period settlement is occurring shall refill them often enough to avoid hazardous conditions or inconvenience. All excavated material which is unsuitable, or not needed for backfill shall be wasted or disposed of to the satisfaction of the Eng- ineer. Surfaces shall be cleaned up, all hummocks and piles smoothed down and the surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left true to original line and grade. Street shoulders shall be restored to their original contours. All roadways and driveways shall be backfilled with SB-2 up to the road surface. The roadway and driveway surface shall then be re- placed as called for elsewhere in these Specifications. DS -5 The attention of the Contractor is called to a separate Section in these specifications concerning crossing lawns. SB-2 shall be;measured and. paidfor as subgrade material at the unit contract price given in the Proposal. The cost of all other work described in this section shall be included in the unit contract price for the installation of pipe and shall not be paid for separately. water for flooding trenches shall be furnished free of charge by the City of Fayetteville. 1I-8 HANDLING AND LAYING C.I.. D.I.. AND A.C. PIPE: In the transportation, unloading, and handling of cast and ductile iron pipe, the pipe shall not be dropped, let roll and collide with another pipe, or be subjected to any unnecessary jar, impact, or other treat- ment that might crack or otherwise damage the pipe. Before laying pipe in trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length, except at bell holes, and shall not be allowed to rest on hard supports through a portion of its length only. All pipe shall have at least 36 inches of cover, unless otherwise shown on the Plans. Deflections from a straight line or grade, as required by vertical curves, horizontal curves, or offsets,shall not exceed 6/D inches per linear foot of pipe, where D represents the nominal diameter of the pipe expressed in inches, between the centerlines extended between any two connecting pipes. If the alignment requires deflections in excess of these limitations, special bends, or a sufficient number of shorter lengths of pipe shall be furnished to provide angular deflections within the limit set forth above, as approved by the Engineer. The inside of the pipe and all parts involved in jointing shall be cleaned of all dirt, mud, grease, and other foreign material before the pipe is laid or the joint started. Ends of pipe shall be temporarily plugged at the close of each day's work. In laying mechanical joint or 'push -on' joint pipe, the manufacturer's recommendations for securing good joints shall be rigidly followed. The laying of the pipe shall be done in accordance with AWWA C-600-77 for cast iron or As:•!A C-603-65 for asbestos cement water pipe. Adequate backing blocks of Class "B" concrete shall be provided at all points of unbalanced pressure, such as bends, tees, or wyes as shown on the Plans in such a manner that all joints between pipe and fittings are accessible for repair. Cast iron pipe shall be measured and paid for as Cast Iron Pipe for water mains at the appropriate unit contract price given in the Proposal. DS -6 Class 'B Concrete shall be measured as the actual amount placed and paid for at the unit contract price as given in the Proposal. The cost of all other work recuired under this section shall be considered subsidiary to the laying of pipe or the placement of con- crete and shall be included in the appropriate unit price. I1-9 CROSSING AND PARALLELI::G EXISTING UTILITY LINES: The construction of sewer lines will necessitate the crossing and paralleling of existing utility lines, including water mains and services and natural gas mains and services. The known locations of such utility mains are shown in their approximate position on the Plans, but utility service lines are not indicated on the Plans. The owners of the utility lines shall be notified before any crossing is made or other work initiated that may disturb a utility line or interrupt service to a customer. The Contractor is referred to that sec- tion of the General Conditions of these Specifications where the Contractor's responsibilities for utility crossings is stated. The cost of all work under this section will be included in appropriate contract unit prices, and none will be paid for separately. II -10 CROSSING BURIED TELEPHONE CABLE: The location of buried telephone cable is shown approximately on the Plans as determined from telephone company markers indicating the location of the cable. The Contractor will exercise extreme caution in approaching the location of buried cable. Contractor shall notify the Southwestern Bell Telephone Company (Dial 4102 in Fayetteville) and wait until a represent- ative of the telephone company is on the job site to locate buried cables. The Contractor will not attempt to locate or uncover cable without a represent- ative of the telephone company present. The cost of all work under this Section will be included in appropriate contract unit prices, and none will be paid for separately. II -11 CUTTING AND REPLACING SPECIAL SURFACES: Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, walks, or parking areas, the original surface shall be restored after completion of the backfill operation. In these instances, special care shall be used in making the backfill to eliminate future settlement. The surface shall be restored using the same type of surfacing materials that were used in the original surfacing. DS -7 Backfill of trench lying within roadways shall be in strict accordance with the applicable provisions as stated in Section II -7 of these Specifications. The condition of the backfill, with special regard to the degree of: compaction, shall be checked.'and approved by the Engineer before any surfacing his placed over the backfill. The replacement of special surfacing shall follow as soon as practical after the completion of the backfilling operation so as to restore the roadway to its original condition and traffic capacity. If in the opinion of the Engineer the replacement of surfacing is lagging, he may, at his discretion, stop the pipe laying operation until the replacement of surfacing proceeds in a satisfactory manner. Immediately prior to replacing asphalt or concrete pave- ment or surfacing, a chalk line shall be made along both sides of the trench at the proper width, and the pavement trimmed, along a straight and vertical line. No claims will be allowed for additional width of pavement cut and replaced occasioned by this requirement. The quantity of asphalt and con- crete pavement cut and replaced will be determined by the horizontal length of pavement actually cut and replaced measured along the centerline of the trench multiplied by a width of thirty-six (36) inches, except that where a width greater than thirty-six (36) inches is required and authorized by the Engineer, the actual width of pavement cut and replaced shall be used in determining the quantiy of pavement cut and replaced. In gravel surfaced streets or parking areas, the gravel will be disturbed in excavating for sewer trench. After the backfill has been so placed that no further appreciable settlement will occur, gravel surfacing shall be replaced to the same compacted thickness as the original surfacing. During construction operations, the gravel on the remainder of the street not occupied by the trench may be disturbed and covered with dirt from the excavation. After completion of the backfill, such dirt shall be removed as completely as possible and additional gravel placed on the street as directed by the Engineer until the street is satisfactorily restored to its original condition. Gravel surfacing cut and replaced will be measured and paid for as the cubic yards of gravel actually used in replacing such sur- facing. ... Special surfacing cut and replaced will be paid for at the appropriate contract unit price as given in the Proposal. Contract unit prices shall be inclusive of materials, placement, and all work incidental thereto. 1I-12 CROSSING LAWNS: The following shall apply to all lines crossing lawns, as designed on the plans. After settlement has occurred, the disturbed areas shall be dressed out with three (3) to four (4) inches of top soil. The dressed out areas shall then be seeded with the appropriate grass or grass mixture. If lawns, bushes and small trees are likely to be dam- aged by the work, they shall be taken up ahead of construction. They shall DS -8 T' be properly protected until such time that they can be re -set. It is the intention of this specification that lawns be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate unit price for pipe and shall not be paid for separately. II -13 TESTING AND STERILIZING WATER MAINS: Water mains shall be subject to 200 psi test as herein specified. All lines shall be backfilled and concrete backing installed at points of unbalanced pressure prior to the initiation of any pressure test. Each valved section of the pipe lines as selected by the Engineer for test shall be slowly filled with water. Before applying the test pressure of 200 psi, all air shall be expelled from the pipe by blowing - off at fire hydrants. If necessary to properly expel air prior to test, Contractor will tap lines at high points with corporation stops. Each section of pipe line to be tested shall be subjected to 200 psi test pressure, based on the elevation of the lowest point in the line or section of line under test and corrected to the elevation of the test gauge. Duration of 200 psi test shall be for at least two (2) hours in all cases. Pressure shall be applied to the line by means of a pump, pipe connections, and all other necessary apparatus for applying pressure and measuring the resultant leakage from the line under test. All such apparatus shall be furnished by the Contractor. All necessary taps will be made by City forces at the expense of the Contractor. Pressure will be measured with gauges as furnished by the Engineer. While the pipe being tested is under pressure, it shall be walked to check for leakage appearing at the surface of the ground or from any exposed valves or other appurtenances. In conjunction with the 200 psi pressure test, a leakage test shall be performed. Contractor shall provide necessary meter or pump- ing reservoir or other satisfactory means of determining the amount of water ' pumped into the line to sustain the specified test pressure of 200 psi. Leakage shall be defined as th^ quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure of 200 psi after the air in the pipe has been expelled and the line filled with water. Leakage shall be no more than that allowed by AWWA specifications. All pipe lines shall be checked for leaks and deficiencies, repaired, and retested if necessary until they pass the above specified leak- age test for the size and type of pipe installed. Even though pipe lines may pass the leakage test, any leaks apparent at the ground's surface, any leaking joints, fittings, or appurten- DS-9 ances that are detected shall be repaired to the satisfaction of the Engineer. All new water line extensions will be sterilized with chlorine before being accepted by the Owner and placed into service. Sodium or calcium hvpochlorite (HTH) or chlorine gas may be used in such amounts as to provide a dosage of not less than 50 parts per million in the piping being sterilized. The sterilizing agent may be introduced in any manner so as to provide uniform distribution along the pipe line. All in -line valves in water lines being sterilized shall be opened and closed several times during the sterilizing period. Contractor will use extreme caution to be certain that strong sterilizing agent is not flushed back into any part of the water distribution in such a manner that it reaches water consumers. Followin a contact period of at least 24.hours the heavily chlorinated sterilizing water shall be completely flushed from all pipes, and the pipes rinsed and thoroughly flushed with large quantities of clear water. Samples shall be taken from all water line extensions as directed by the Engineer and analyzed for bacterial purity by the State Department of Health. The sterilizing process shall be repeated as necessary until all samples indicate that the water is safe and approved by the State Department of Health. Resterilization of the water lines at the Contractor's expense shall be required if State Department of Health approval has not been received after three weeks of testing. Water for all sterilizing and testing operations will be furnished the Contractor by the Owner at no cost to the Contractor. The cost of all sterilizing and testing operations including pipe taps, sterilant, any temporary valves or caps, test pumping and equipment, and all work incidental thereto will be included in the unit contract prices for pipe, and no separate payment will be made for testing and sterilizing water line extensions. II -14 CROSSING FENCES: The installation of lines will necessitate crossing several fences as shown on the Plans. Fences will be repaired by the Contractor so as to be equal or better than their original condition prior to construction: Before cutting fences, adequate horizontal bracing will be installed in the fence on each side of the cut so as to maintain the tension in the fence wire. Replacement of fence shall be in a workmanlike manner, and wire shall be stretched tight and adequately secured to posts by means of 1 inch fencing staples. If necessary to accomplish proper closure, the Contractor shall furnish and install new fencing, posts, wire, etc. to properly restore the fence. Mater- ials shall be of equal quality and size to those as originally installed. The Contractor shall be responsible for temporary fencing, gates, gaps, etc., as necessary to maintain fences in a stockproof condition during the construction of the pipe line until permanent fence repairs can be accomplished. He shall take all necessary precautions and will assume full responsibility to insure that livestock does not stray or gain entry to cropped areas or to public roads. The cost of fence repairs in all Schedules will be included in DS -10 the unit contract prices for pipe, and no separate payment will be made for crossing and repairing fences. I1-15 INSTALLATION OF FIRE HYDRANTS: Fire hydrants shall be properly located with respect to property line and streets, and shall be set at proper elevation, truly plumbed and rccerly oriented. Hydrants shall be set upon a slab of stone or concrete four (4) inches thick and not less than fifteen (15) inches square. Hydrants shall be backed with Class "B" concrete to prevent the hydrant from blowing off the lead. Hydrants shall be set with at least three (3) cubic feet of crushed stone or washed gravel at the base to serve as drainage. Fire hydrant extensions shall be used as necessary to bring fire hydrants up to grade. Fire hydrants will be measured as the unit installed, at the appropriate unit price as given in the Proposal. The cost of all other work under this Section will be included in the unit price for installation of fire hydrants and shall not be paid for separately. II -16 CONNECTION TO EXISTING WATER LINE: Connection to the existing water line shall be made at the location and in the manner shown on the Plans. When water service must be discontinued to make a tie-in, the Contractor shall notify all affected customers 24 hours in advance and estimate the time required to restore service. The cost of all work associated with tying -in shall be included in the unit price for the installation of pipe and shall not be paid for separately. II -17 •INSTALLATION OF VALVES: All valves will be set with operating stems set in true vertical positions. Valve boxes shall be adjusted so that the cover conforms to the adjacent grade. All costs incidental to the installation of valves shall be included in the contract unit price for valves. II -18 CONCRETE: All concrete shall be composed of the materials described in Paragraphs 4,5,and 6, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall be Class "B" as shown on the Plans. Class "B" concrete shall contain not more than seven (7) gallons of water to the sack of cement, including the water in the aggregates, and not less than five (5) sacks of cement per cubic yard of concrete, and DS -11 _ T r • have a t•.;enty-eight (28) day compressive strength of at least twenty-five hundred (2500) pounds per square inch. Concrete snail be mixed in an approved ,fixer for no: less than one and one-half (R) minutes after all materials are in the drum and shall be depos;ted within thirty (30) minutes after mixing. Hand -mired ccncrete ,n II not be allowed. In placing ccncrate, car. shall be taken chat the -re_.; - ly piaced mass is so placed and vibrated that there is no tendency for the coarse aggregate to segregate from the mortar. All ccncrete shall be properly protected from too rapid curing or from freezing while green. The cost of all work in'this section shall be included in the unit contract price for Class"9" concrete and shall not be paid for separately. -. - II -19 CLEANING UP: After the construction work i-s;completed, all refuse and debris resulting from the work shall be cleaned up. and disposed of to the satisfaction of the Engineer. All excess excavation, waste concrete, piping, lumber, other refuse shall be removed from the site of the work and the site leveled, graded, and dressed up until it is neat, smooth, and workmanlike. It shall be specifically understood that the clean up operation -shall be maintained as closely as possible to the pipe laying operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactorily, he may interrupt the pipe laying oper- aticn until such clean up is completed to his satisfaction.. The cost of all work under this section shall be included in the lump sun contract price and '.gill not be paid for separately. .II -20 CLEARING: Clearing operations will be required in the execution of various portions of the work. -- Clearing shall be no more than actually required for installation of the line. No indiscriminate destruction of trees will -_ tolerated, Within lawn areas, bushes and small trees will be taken up ar.d protected until construction is completed in the area. They shall then be r: -sec. No open burning will be allowed. All trees and brush wjli be hauled off to a disposal site approved by the Engineer. The cost of all work under this section shall be in- cluded in the appropriate unit cost for pipe and shall not be paid for DS -12 . separately. The Contractor, by personal inspection, should satisfy himself on the exact amount of clearing that may be required. DS -13 i DETAILED SPECIFICATIONS PART III MATERIAL SPECIFICATIONS III -1 GENERAL: All materials shall be in compliance with the latest revisions of the ASA or AW1,1A Specifications noted. The Engineer retains the right to reject any materials or items not specifically covered in the Plans or Specifications. III -2 CAST IRON PIPE FOR WATER MAINS: Pipe shall be designed in accordance with ASAA 21.1-1967 /AWWA HI -67 using 21,000 psi bursting tensile strength and 45,000 psi modulus of rupture. Pipe shall be manufactured and tested in accordance with USAS A 21.8 or A 21.6. Minimum standards given below shall apply. NOMINAL PIPE THICKNESS WALL SIZE ( in.) CLASS THICKNESS (in.) 6" 22 0.38 8" 22 0.41 Two and one quarter inch pipe shall be Class 250 and shall have a wall thickness of 0.25 inch in accordance with ASA A2l.12/AWWA C112. Fittings shall be designed in accordance with ASA A 21.10-1971 /A;.3A C110-71. All fittings shall be Class 250 and shall berfJ. This mechanical joint shall conform in all respects to ANSI A21.11/Ate^WA C111. All pipe and fittings shall be bituminous coated outside and standard cement lining inside in accordance with AWWA C 104-74/ASA A21.4. Pipe shall have Type II (push -on) joints, except that 6" pipe for hydrant leads shall be NJ. Push -on joint and mechanical rubber gaskets shall conform to ANSI A21.11-1972/AWWA C111-72. III -3 RETAINER GLANDS: Retainer glands shall be ductile iron. III -4 CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles not more than one (1) percent by weight of clay lumps or three (3) percent by weigth of material removed by decantation. Mortar specimens made with the fine aggregate shall have a compressive strength at twenty eight (28) days of not less than ninety (90) percent of the strength of similar specimens made ith Ottawa sand having a fineness modulus of 2.40+0.10. Fine aggregate shall have a fineness modulus of not less than 2.40 and not more than 3.00 and the variation in modulus shall be limited to +0.20 from the average of all tests. DS -14 Gradation shall fall within the following requirements: TOTAL PASSING PERCENT BY WEIGHT No. 4 Sieve 95 - 100 No. 16 Sieve 35 - 75 No. 50 Sieve 10 - 25 No. 100 Sieve 2 - 8 Coarse aggregate shall consist of crushed stone, gravel, or other inert material of similar characteristics, having clean, hard, strong, durable, uncoated particles with not more than five (5) percent by weight of soft fragments, one-fourth(;) percent by weight of clay lumps, and one (1) percent by weight of material removed by decantation, except that when the material removed by decantation consists essentially of crusher dirt the maximum amount permitted may be increased to one and one-half (14) percent by weight. Coarse aggregate may be either of two sizes, 14 inch and smaller or 3/4 inch and smaller, and shall be graded within the following requirements: PERCENT PASSING BY WEIGHT Maximum size mesh screen (sq. mesh) 97 - 100 Half -maximum size mesh screen (sq. mesh) 40 - 70 No. 4 Sieve 0 - 6 III -5 CEMENT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTN Designation C 150, Type 1. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cemetn, ASTM Designation c 91. 1II-6 WATER: Water for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalies, salt, organic matter, or other deleterious' substances. Test specimens of mortar made from the materials and the water to be used shall develop not less than ninety-five (95) percent of the seven (7) day tensile or compressive strength of the same materials and distilled water. III -7 GATE VALVES: Gate valves shall be iron -bodied, bronze mounted, double disc wedging gate valve designed for a working pressure of 200 psi and a test pressure of 400 psi, and shall conform to specifications of the AWNA. Valves shall have O-ring seals and non -rising stems. Valve shall open left (counter- clockwise) and shall have mechanical joint ends. DS -15 7 S. Gate valves shall be similar or equal to the Mueller A-2330-20 or the Clow model with teflon anti-friction•ring and shall conform to .-., ;'A C500. IIi-S '"u_Jv 30XES: All buried cast iron valve boxes. shaft. Boxes shall be of adequate length for to Mueller H-10360. gate valves shall be furnished with suitable Boxes shall be two-piece, Buffalo type with 5¼" screw or telescoping type, complete with lid, and the installation. Boxes shall be similar or equal III -9 FIRE HYDRANTS: All fire hydrants shall be Improved AWWA type fire hydrants with a 5'" valve opening. Nozzle threads shall be National Standard. Hydrants shall open "left" by means of a l2' pentagonal operating nut. Hydrant shall be 'finished with red lead primer only. Hydrants shall be furnished with 6 inch mechanical joint inlets for cast iron pipe. Bury shall be 42 inches. Hydrants shall be Mueller Improved Hydrant No. A-24015, or approved equal. After installation fire hydrant barrels shall be painted with paint containing reflectorized glass beads (3M Company #7216 paint, or approved equal). III -10 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR: Gravel for subgrade shall be SB-2 and shall conform to the following specifications: O SIZE OF SIEVE PERCENT BY WEIGHT TOTAL RETAINED 1' 0 1„" 0 3/4" 10 to 50 u4 50 to 75 TOTAL PASSING #40 10 to 30 u200 3 to 10 The fraction passing the #200 sieve shall not be greater than two-thirds the fraction passing the #40 sieve. The fraction passing the =.`40 sieve shall have a liquid limit not greater than twenty-five and a plasticity index not greater than six. DS -16 a. III -11 TAPPING VALVES: Tapping valves shall be similar in construction to standard AWWA gate valves and shall have MJ outlets for cast iron pipe. III -12 TAPPING SLEEVES: Tapping sleeves shall be MJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for ANNA Class "C" or "D" pipe, and with Class "B" pipe in the 4 and 6 inch size. III -13 ASBESTOS CEMENT PIPE: Asbestos cement pipe and couplings shall conform in all respects to AWWA C400-75 and shall be Class 200, Type II (sulfate resistant). Asbestos cement pipe shall be installed as described in AWWA C 603. A tract wire shall be installed along with the asbestos cement pipe. Fittings for use in connecting Asbestos cement pipe, with the exception of couplings, shall be cast iron. III -14 PLASTIC PIPE: Two inch plastic pipe shall be 200 psi pressure rated and shall have a 2/1 safety factor. Joints shall be the push -on type with integral bell ends. Pipe shall be manufactured in accordance with AWWA Specifications. DS -17 • Ry. III -11 TAPPING VALVES: Tapping valves shall be similar in construction to standard AWWA gate valves and shall have MJ outlets for cast iron pipe. III -12 TAPPING SLEEVES: Tapping sleeves shall be NJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for ANWA Class "C" or "D" pipe, and with Class "B" pipe in the 4 and 6 inch size. III -13 ASBESTOS CEMENT PIPE: Asbestos cement pipe and couplings shall conform in all respects to AWNA C400-75 and shall be Class 200, Type II (sulfate resistant). Asbestos cement pipe shall be installed as described in AWWA C 603. A tract wire shall be installed along with the asbestos cement pipe. Fittings for use in connecting Asbestos cement pipe, with the exception of couplings, shall be cast iron. III -14 PLASTIC PIPE: Two inch plastic pipe shall be 200 psi pressure rated and shall have a 2/1 safety factor. Joints shall be the push -on type with integral bell ends. Pipe shall be manufactured in accordance with AWWA Specifications. III -15 DUCTILE IRON PIPE FOR WATER MAINS: Ductile Iron Pipe shall conform to the applicable dimensions and weights shown in ANSI A21.51/AWWA C151-76. Minimum standards given below shall apply: NOMINAL PIPE THICKNESS WALL SIZE, INCHES CLASS THICKNESS 4 51 0.26 6 50 0.25 8 50 0.27 12 50 0.31 The acceptance valves for test specimens shall be as follows: Minimum tensile strength Minimum yield strength Minimum elongation strength 60,000 psi 42,000 psi 10% Ductile iron pipe shall have single rubber -gasket push -on type joints as described in ANSI A21.11/AWWA C111.72. The pipe shall be bituminous coated outside with standard cement lining inside in accordance with AWWA C-104-74/ASA A21.4. III -16 FITTINGS: Fittings shall be either Gray Iron (250 psi) or Ductile Iron (350 psi) designed in accordance with ANSI/AWWA C110-77. All fittings shall be mechanical joint conforming in all respects to ANSI A21.11/AWWA C111. Fittings shall be bituminous coated outside with standard cement lining inside in accordance with ASA A21.4/AWWA C104-71. Ductile iron retainer glands shall be used on fire hydrant branch lines and vertical bends. III -17 ENCASEMENT PIPE: All encasement pipe shall be steel pipe, the size of the encase- ment pipe shall be as indicated on the Plans. The steel pipe shall have a wall thickness of 1/4 inch. DS -18 (o5f90 r,J/5 F // . cP SPECIFICATIONS FOR Highway 71 Bypass - Porter Road Interchange Water Relocation WORK ORDER # 2632 Date: March, 1980 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS CITY ENGINEERS' OFFICE INDEX AD•VERTISE::EN^. FOR BIDS BID BOND PROPOSAL FOR SCHEDULE I ARKANSAS PERFORMANCE AND PAYMENT BOND CONTRACT AGREEMENT INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE SPECIFICATIONS DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS DETAILED SPECIFICATIONS PART III MATERIALS Page 1 2 4 7 10 12 16 DS -1 DS -3 DS -14 ADVERTISESENT FOR BIDS Project No. W.O. 2632 CITY OF FAYETTEVILLE (C;;ner) Secarate "sealed bids for WATER RELOCATION HIGHWAY 71 BYPASS & PORTER ROAD INTERCHANGE will be received by STURMAN MACKEY at the office of PURCHASING & BUDGETING until 10:00 o'clock (A.M.-M. X S.T. D.S.T_) APRIL 15th 19 80, and then at said office publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: CITY ENGINEER'S OFFICE: CITY ADMINISTRATION BUILDING 109 WEST MOUNTAIN STREET, FAYETTEVILLE, ARKANSAS Copies may be obtained at the office of THE CITY ENGINEER located at FAYETTEVILLE, ARKANSAS for each set. upon payment of $ 10.00 The ouiner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject too -the conditions provided in the Information for Bidders. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and -minimum wage rates to be paid under the contract. No bidder may withdraw his bid within 30 days after the actual date of the opening thereof. (Date) Sturman Mackey, Purchasing & Budgeting Officer 1 , BID BOND hNC:a ALL 31 N BY THESE y.ESENT$, that we, L, ) and firmly bound unto in the penal sum of 5'7 undersigned, as Principal, and as Surety, are hereby held as owner for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators successors and assigns. Signed this / ?d day of 1985 The condition of the is spch that whereas the Principal has submitted to certain bid, attached hereto and hereby made a contr%gt in wring, for the NOW THEREFOR, t hereof to enter into a (a) Zf said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of the obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. F. I I o�: rs 0 0 • �J./ /�//ma(�y■/ NAME AND ADDRESS OF AGENCY Englehart Insurance Services, Inc. COMPANIES AFFORDING COVERAGES - P. 0. Box 1585 Fort Smith, Arkansas 72902 COMPANY LETTER A The North River Insurance Co. COMPANY O LETTER o United States Fire Ins. Co. NAME AND ADDRESS OF INSURED COMPANY C John A. Fraser & Fraser LETTER Construction company COMPANY D P. 0. Box 717 LETTER Fort Smith, AR 72902 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 COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH OCCURRENCE AGGREGATE GENERAL LIABILITY 500 500 BODILY INJURY s s COMPREHENSIVE FORM L31 PREMISES -OPERATIONS 5403645918 pp 11/1/VG PROPERTY.DAMAGE t .100 $ 100 A ® EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD - ® PRODUCTS/COMPLETED OPERATIONS HAZARD ®CONTRACTUAL INSURANCE BODILY INJURY AND PROPERTY DAMAGE $ ❑ BROAD FORM PROPERTY COMBINED DAMAGE LA'7INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BODILY INJURY s 250 (EACH PERSON) COMPREHENSIVE FORM 1301348655 11/1/80 ACH ACCIDENT) 500 A ® OWNED• (EBODILY PROPERTY DAMAGE s 100 HIRED ® BODILY INJURY AND s NON -OWNED PROPERTY DAMAGE COMBINED EXCESS LIABILITY B BODILY INJURY AND Q 5230516374 11/1/80 'PROPERTY s1,000,o ®. UMBRELLA FORM DAMAGE ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION STATUTORY A and 408098757 11/1/80 s 100,000'a,CH EMPLOYERS' LIABILITY ACCIDENT) OTHER Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail I_ 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 of Fayetteville P. 0. Drawer F Fayetteville, AR 72701 DATE ISSUED:_ ENGLEHART ACORD 25 (1.79) American Casualty Company of Reading, Pennsylvania nsaURAanefloe CIA Offices/Chicago, 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 Dale A. Englehart, Robert L. Carter, William A. Meeks, Judith L. Englehart, Individually of Fort 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 3rd day of May , 19_79 AMERICAN CASUALTY C READING, PENNSYLVANIA State of Illinois I FRT n. County of Cook ( T .T�17 Vino Prncidnnf On this 3rd day of May , 19 79 , before me personally came K. J. Wall tome 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. ICDJJaNOTAaT � /J O PUBLIC ` / 2 - . 2 /l Ir/J o°�c000 Rayy4nid E. Frystak fllotary Public. My CL4nission Expires J e 19, 1982 CERTIFICATE I. P. F. Granahan ,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 19 ina 101 P. F. Granahan Assistant Secretary. 8-23142-B day of S 4. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal e Surety f : r 9 � r . S SEAL F BY: L . ,fie r . r .. 3 PROPOSAL FOR SCHEDULE I (A UNIT PRICE CONTRACT) Place Q Date________________________________________________ �Q Proposal of cz2Q,/ w/ a corpo ti organized and existing under the laws of the State of and qualified to do business in the State of Arkansas; a Partnership* consisting of an Individual* trading as TO THE CITY OF FAYETTEVILLE, ARKANSAS: The bidder in compliance with your invitation for bids for the construction of Highway 71 Bypass - Porter Road Interchange Water Relocation having examined the Plans and Specifications with related documents and the site of the pro- posed work, and being familiar .with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct the project in accordance with the Contract Documents, and at the unit prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Word Order" of the Engineer, and to fully complete the project within 30 consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank 4 ITEM NO. *(l) Schedule "A" (Reimbursable By A.H.T.D.) ESTIMATED QUANTITY AND DESCRIPTION 120 L.F. 16" Split.Encasement Pipe ♦ • i• I UNIT** Dollars $ TOTAL (2) 2150 L.F. 8" D.I.P. Class 50 Dollars on er,�-ate%'' $$/99•� k.3) 123 L.Y. b U.J.W. Class DU Dollars 30 4/P $__ $ (4) 4 Ea 8" Gate Valve w/box Dollars $ /� d' (5) 3 6" Gate Valve w/box Dollars � $ �10� (6) 1 Ea Tie-in (To existing 8") Dollars (7) 80 Tons SB-2 Dollars $ Total Schedule "A" 3 30 * NOTE: Fittings, bedding SB-2, and solid rock excavation shall all e included in the unit price of pipe. I - - ** Unit prices to be shown in words and figures. In case of discrepancy amount shown in words will govern. 5a Schedule "B" (City of Fayetteville's Share) ESTIXATED QUANTITY AND DESCRIPTION 164 L.F. of 8" D.I.P. Class 50 Dollars $ a/ UNIT•• PRICE 8tA tia (2) 2 Ea. 8" Gate Valve w/box Dollars (3) 125 Tons SB-2 Dollars (4) 3 Ea. Relocate Existing Dollars Fire Hydrants Total Schedule "B" Total Schedule "A" Total "A" & "B" TOT; 3,7 5- O ?t O Om . ARKANSAS PERFORMANCE AND PAYMENT BOND (14-604 Arkansas Statutes) KNOW ALL MEN BY THESE PRESENTS: That we (1) a (2) , hereinafter called "Principal" and (3) f ixL�i n J"��lirii�Yh�"'State of __________________________hereinafter called the "Surety", are held and firmly bound unto (4) hereinafter called p .�Llon � j o`.3 OV "O:.ner" in the penal sum of J were ir/ dollars (t2133 3,a ) , in lawful money of the United Sta-es, for the payment of which sum well and truly to be made, said principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the •�i 3 day of 227 19Q�, a copy of which is attached and made a part hereof for thanstruction of: _- J7Mt T �_ / /J i_ O . , — -�_ /% n 2. N09, 7HEREOFRE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agree- ment of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing material for or performing labor in the prosecution of the work provided for in such contract, any any authorized extension or modification thereof, all amounts due for, but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools consumed or used in connectionwith the construction of said work, fuel oil, camp equipment, food for•nen., feed for animals, premium for bonds and liability and workmen's compensation' insurance, rentals on machinery, equipment and draft animals; a-Lso.forrtaxese or payments due the State of Arkansas or any political subdivisions thereof- which shall have arisen on account of, or in connection •with he wages.- earned by workmen covered by the bond; and for all labor perfoyrmedih such ?�' work whether by subcontractor or otherwise, then this obligation'�Shall be/ void, otherwise to remain in full force and effect. ��,.✓'� 7 ** Unit prices to be shown in words and figures. In case of discrepancy amount shown in words will govern. The above unit prices shall include all labor, materials, bailing, s' :ori, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any cr all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdra-.:m for a period of Sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph 8 of the eneral Con '`ions. The bid security attached in the sum of j is to become the property of the Owner in the event t contract and bond are not executed within the time above set forth, as liquidated damages for to delay and additional expense to the 0•..'ner caused thereby. Respectfully Submitted: By SEAL - if bid is by a corporation (Business Address and Zip Code) 6 S. The Surety agrees the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as determined by the Arkansas Department of Labor or U_ S. Secretary of Labor, whichever is greater, to all workmen performing work under the contract. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alternation, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each of which shall be deemed an original, this 2 3 ' day of l99Q ATTEST_ SECRETARY (PRINCIPAL) v y •AS TO PRINCIPAL ADDRESS e FATTEST:. a3 •`SEC_2ETARY (SURETY) T 4-v. i r AS TO ATTORNEY -IN -FACT t-DDRESS • %tcer aa'iJSf /DAJ 4aov (P INCIPAL) BY ( TLE) (ADDRESS) i _i/ , /e / / AD, NOTE: Date of Bond must not be prior to date of Contract. (1) Correct name of Contractor (3) A Corporation, a Partnership, or an individual, as case rav be (3) Correct name of Surety (4) Correct name of Owner (5) If Contractor is Partnership, all partners shall execute bor. (6) This bond must be filed with the Circuit Court of the County where the work is to be performed, prior to the start of cocst- ruction (7) Must be executed by Arkansas Local Resident Agency for Surety 9 CONTRACT ACREei-IENT 1. This Contract and Agreement, made and entered into this day of yyJ� 19j�, b+i and between the City of Fa} ettcvi.11e, Arkansas Party of the First Part,,A/ acting though //i//ts' duly authorized representative, and FCJSek 40n;; z, r aA C:D. Part: of the Second Part: WITNESSETH : That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and supplies required tobe Turn shedand-t/o construct the improvements designated as NM p 71 uy ≤≤ fh ror 44 - n t, — i Y Re 16 i for the City of Fay_e.tteville, Ark n�in exact accordance with the Plans on file at the'off}oe? af•. C. _ _ 7... d. the Party of the First Part, and Specifications, Proposals,�Stiuulatrons, mob= and Special Provisions attached hereto and made a part hEr-eof as�ftlly as t^ouch copied herein, under the direct supervision and to fhe-.entire satisfaction of the Party o£ the First Part and in accordance with the.¢ laws of the State of Arkansas. ���. y ; ,It is further agreed and understood by and bet*een-tie parties hereunto that the Party of the First Part agrees to pay and t'ieaParty o thn'Secohd Part agrees to accept as full and final compensation for all .rte . .. 1, -work dons under this agreement, the unit prices named in the Proposal which is --hereto attached, such payment to be made in lawful money of the ., United65tates, at the time and in the manner set forth in the Specifications. The Party of the Second Part agrees, for the consideration J..abovexpressed, to begin and complete the work within the time specified ' inrthe Proposal. If the Party of the Second Part shall fail to complete the work in the time specified, he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the na.ure of a penalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the contract, provided that extensions of time with waiver of liquidated damages may be granted as provided for in the Specifications. ' 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the laws of the State of Arkansas, and for not less than one hundred (100) percent of the amount of this contract. Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the Water and Sewer Department for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall In be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas. 5. The Party of the Second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workmen's Com:ensa`_ion Insurance in amounts as required by these Specifications. WITNESS OUR HANDS THIS fl DAY OF O 19£6 CITY OF FAYETTEVILLE FAYETTEVILLE, ARY .SAS L / ByV CITY MAYOR W I TESS SEAL (if any) Ar"er 4 05tru,d,on 4 . CONTRACTOR BY �1/��GL �� NAME AND TITLE ,f?o. sox 7/7 t -t5m, 4 7a9o/ BUSINESS ADDRESS WITNESS Affix Co orate Seal here (if any) 11 INSTRUCTIONS TO BIDDERS 1. QUALIFICATIONS OF CONTRACTORS: hk Before submitting a bid, bidders must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the successful bidder must be legally qualified in all respects to do business in the State of Arkansas. When called upon to do so after receipt of Proposals, bidder shall prepare a Financial Statement, Experience Record, and Equipment Schedule. These statements shall reflect the current status of the bidder. The statements of each bidder must show net liquid assets or credit facilities in an amount of not less than fifteen (15) percent of the total amount bid. Each bidder must ha -e had at least three (3) year's experience in construction of similar improvements and must have successfully completed at least three (3) such projects. Each bidder must have equipment available which, in the opinion of the Engineer, is adequate to complete the work under these Specifications in the time allowed for completion. Should any bids be received from bidders whose statement, when filed, fail to show that the bidder's qualifications meet the minimum requirements above -enumerated, such bids may be rejected. 2. LOCAL CONDITIONS: Bidders shall read the Specifications, examine the Plans, and make their own estimates of the existing facilities and the difficulties which will attend the execution of the work called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications or from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPOSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn on a National Bank or a bank having membership in the Federal Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal guarantee shall be in an amount not less than five (5) percent of the bid and made payable to the Contracting Authority to whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or other bid qualifications, shall be sealed in a separate envelope firmly attached to the outside of the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed Proposal shall be returned to the bidder unopened. The amount of any check or bond shall be retained by the Contracting Authority as liquidated damages in case the bidder neglects or re fuses to enter into a contract and to furnish the required contract bond within ten (10) days after the prescribed contract and bond forms are presented for signature. Checks of unsuccessful bidders wiLl Le retur:Dd immediatry after a contract has Leon executed. 4. PROPoSALS (a) Froposals shall be strictly in accord with the prescribd forms, furnished with the Specifications. Any modifications or de,iations therefrom may be considered sufficient cause for rejection. (b) The bidder shall state in words and fiqures the lunc sum and unit prices for which he proposes to do each item of work covered by the Proposal. In case words and figures do not agree, the words shall govern and the figures shall be disregarded. (c) It is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents, including items for which no quantities are given, and the quantities given in the "List of Variable Quantities" at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjustment of the "Basic Bid" by reason of variation of actual variable quantities from the quantities given in the "List of Variable Quantities". In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents. (d) Proposals may be submitted for any or all Schedules, if more than one Schedule is included in the work, but bidders submitting a proposal for a "construction" Schedule must submit a proposal for any other Schedule of work incident thereto, such as "Electrical" and "Plumbing". Where a bidder bids on more than one Schedule and desires to accept the proposal, but any reservation op the part of the bidder to make a decision on what Schedules he will accept after bids are opened will render the bid null and void. (e) Proposals must be signed, in writing, by an individual authorized to bind the bidder. (f) Proposals must be submitted complete, with all other Contract Documents in their original binding as furnished by the Engineer. They must be submitted at the place and on or before the time specified in the Advertisement for Bids. (g) Proposals must be submitted in sealed envelopes addressed to the Contracting authority, and clearly marked on the outside of the envelope, "Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (h) The Contracting Authority will not consider bids covering only a portion of these Specifications. (i) The unbalancing of bids will not be tolerated. Evidence of material unbalancing will be considered cause for rejection. 5. MODIFICATION OF BIDS: No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for opening. 6. BID BONDS, CONTRACT BONDS, AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. 7. CLARIFICATION OF CONTRACT DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for any interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed Documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsequently secures a set of Documents. The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Documents. 8. EXECUTION OF CONTRACTDOCUMENTS: Following the award and within ten (10) days, provided for in the Proposal, the successful bidder shall properly execute five (5) counterparts of the Contract Documents. 9. BASIS OF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case of more than one Schedule of Work) submitting the lowest and best bid (or combination of bids),, considering the Contractor's experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The Contracting Authority reserves the right to select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between any Alternatives in the Proposal. 14 1 . Exc:P TICNS TO I:JS T3UCTIC `JS TC BIDDERS: If this contract is less than $ 20,000.;0 the following exception applies: The Contract or is not required to be licensed under t!:e terms of Act 150 or the 1965 Acts of the General Assembly. 11. TI:E OF CO:1PT_,i.TION AND LIQUIDATED CA:LAGES: Bidder must agree to commence work on or before a date to be scecified in a written "Notice to Proceed" of the Owner and to full-: ccmplete the project within 30 consecutive calendar days thereafter. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials. (b) Insurance requirements. (c) Wage rates. (d) Special equipment which the Contractor must use on the job. 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work performed under this ccncract, the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of ,America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and proerty. 3. :1aintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctors care of persons (including employees) , who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangca.ent for the removal of injured persons to a hospital or a doctors care. 15 GEP% RAL CONDITIONS OF THE SPECIFICATIONS 1. GENERAL DESCRIPTION: The work embraced in these Contract Documents consists of the following: Relocating the existing 8 inch watermain 2. DEFINITION OF TERMS: Wherever in these Documents the following terms are used, they are understood to have the following meanings: "OWNER" or "CONTRACTING AUTHORITY" shall mean the City of Fayetteville, Arkansas. "ENGINEERS" or "ENGINEER" shall mean the City Engineer, Fayetteville, Arkansas, City Administration Building, 107 West Mountain Street (P.O. Drawer "F"), Fayetteville, Arkansas. "CONTRACTOR" shall mean the individual, partnership, or corcoration that may have entered into the contract with the Contracting Authority to perform the work specified herein. "WORK" shall mean the furnishing of all necessary tools, labor, equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 3. LAWS AND REGULATIONS: All work shall be done in conformity with the laws of the State of Arkansas, and any subdivision thereof, municipal and local laws and ordinances, and all applicable federal statutes, laws or regulations. No convict labor shall be employed on this project. 4. CONTRACT DOCUMENTS: The "Advertisement for Bids", the "Proposal", the "Bond" the "Instructions to Bidders", the "General Conditions", the "Detailed Specifications", and the "Plans", are each and all of the Specifications component parts to the agreements governing the work to be done and the materials and equipment to be furnished. 16 The Contract Documents are complimentary, and what is called for by one shall be as binding as if called for by all. The intention of the Documents is to include all tools, labor, equipment, materials and supplies necessary for the proper execution of the work. Materials or ': :or}: desCr:bpd in words which so applied have a well-known Technical or Trade meaning shall be held to refer to such recognized meaning. The following copies of the executed Contract Documents will be provided: One for the Contracting Authority, One for the successful Bidder, One for the Engineer, One for the Surety, One for filing with the Circuit Clerk in the County :mere the Work is to be performed. S. SUB CONTRACTS: The Contractor shall, as soon as practicable after the signing of the Contract, submit to the Engineer, in writing, the names of any Sub- contractors he proposes for any part of the work. The Engineer's approval must be secured, in writing, on all Sub- contracts before they are made and signed. The Contractor shall be held fully responsible to the Contracting Authority and the Engineer for the acts and emissions of his Subcontractors and of the persons directly or indirectly employed by his Subcontractors. Nothing contained in these Specifications or in the Contract Documents shall create any contractual relation between any Subcontractor and the Contracting Authority. 6. THE CONTRACTOR: It is understood and agreed that the Contractor has satisfied him- self as to the nature and location of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee or the Contracting Authority or Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 7. TII?B E ENGIEEF: The Contracting Authority contemplates and the Contractor shall permit and make possible a thorough inspection by the Engineer of all work and materials furnished under the Contract Documents. The Contractor shall perform the work to the satisfaction of the Engineer. No work shall be performed by the Contractor without the knowledge and approval of the Engineer. The Contractor shall be an "independent contractor" with full power and authority to select the means, methods and manner of performing the work, being responsible to the Contracting Authority for all materials delivered and the results contracted for. The authority of any represen- tative of the Contracting Authority of the Engineer is limited to such determinations concerning the interpretation and performance of the Contract Documents. The failure of any representative of the Contracting Authority or of the Engineer to condemn or reject work or materials, or otherwise to exercise any function entrusted to him, shall not excuse the Contractor from the faithful performance of this Contract, nor shall such action imply any acceptance by the Contracting Authority or by the Engineer of faulty work or materials. The Engineer shall, within a reasonable time after presentation, make decisions in writing on claims arising between the Contracting Authority and the Contractor and shall make interpretations of plans and specifications. °. BOND: Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the amount of ninety-five (95) percent of the contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and obligations arising from the execution and performance of the Contract, and guaranteeing the work against faulty workmanship and materils during construction and for one year after completion, all provisions of the bond to be complete and in full accordance with the statutory require- ments. The bond shall be executed with the proper Sureties through a company licensed and qualified to operate in the State and approved by the Con- tracting Authority. If at any time during the continuance of the Contract, the Surety on the Contractor's bond becomes irresponsible, the Contracting Authority shall have the right to require additional sufficient Sureties which the Contractor shall furnish to the satisfaction of the Contracting Authority within ten (10) days after the notice to do so. In default, thereof, the Contract may be suspended, and ail payments or money due the Contractor withheld. The bond must be filed with the Circuit Clerk of the County in which the work is to be performed before any work under the Contract is performed. A form of this bond is attached hereto and made a part of these Specifications. 13 0. INSURANCE. The Contractor shall maintain such insurance as will protect him from claims under workmen's compensation acts and other emolov:ee benefit.; and from claims for damages because of bodily injury, includin, death, ad from claims for damages to property which may arise out of cperatlns or the '.work, whether such operations be by himself or by any subcontractor or an - one directly or indirectly-emoloved by either of them. The insurance shall be .;ritte❑ in companies authorized to do and doing business in Arkansas and for not less than the following limits: Comprehensive General Public Liability with bodily injury limits of $ 100,000 and $ 300,000 and property damage limits of $ 50,000; Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $ 100,000 and S 300,000 and property damage limit of $ 50,000 for each accident; Standard Workmen's Compensation and Employer's Liability covering with statutory limits; Contractual liability insurance with bodily injury limits of $ 100,000 and $ 300,000 and property damace limits of $ 50,000. Certificates of such insurance shall be filed with the Engineer before work commences under any contract or subcontract. 10. ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights, and shall save the Contracting Authority from loss on account thereof. 11. INSPECTION: The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work done shall at all times be subject to the inspection of the Engineer or his authorized representative to see that it is done in accordance with the Contract Documents. Inspectors may be appointed by the Engineer or Contracting Authority and their duty shall be to guard the Contracting Authority against defects and deficiencies in the work and to see that the work is clone in accordance with the Contract Documents. Inspectors shall have authority, subject to the final decision of the Engineer, to condemn and reject any defective work and to suspend the work when it is not being done properly, but the responsibility for the wort: and compliance with the Contract Documents and all applicable laws, rules and regulations shall he the Contractor's. Inspectors shall nave no authority to permit any deviation from the Plans and Specifications except on written order from the-n;7i,^eer, and the Contractor will be liable for any deviation exc^_(:t on sec- written order. 19 The inspector shall in no case act as foreman or perform other duties for the Contractor, nor interfere with the management of the work by the latter. Any advice which the inspector may give the Contractor shall in no wise be construed as binding to the Engineer in any way or releasing the Contractor from fulfilling all the terms of the Contract. All condemned work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with instructions in this respect, the Contracting Authority may, upon certifi- cation by the Engineer, withhold payment or proceed to terminate the contract as provided herein. Any defective work may be rejected by the Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. 12. WOP&'1ANSHIP AND SUPERINTENDENCE: The Contractor shall keep on this work, during progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the service of all workmen, mechanics, tradesmen, and other employees necessary in the execution of the work contemplated herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate, or in- competent, or who neglects or refuses to perform his work in a satisfactory manner, shall be promptly discharged. It is particularly called to the Contractor's attention that only first-class workmanship will be acceptable. 13. POSITION, GRADIENT, AND ALIGNMENT: The Engineer shall set such stakes to proper line and grade as may be necessary for guidance of the Contractor in the proper performance of the work, and all work must conform closely to the lines and grades given. It shall be the duty of the Contractor and his employees to call the Engineer's attention to any stakes which may have been disturbed or which seem to be off line or grade. The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or careless desruction, he shall be charged with the resulting expense and shall be responsible for any mis- takes that may be caused by their unnecessary disturbance or loss. 14. PROTECTION OF WORK, PROPERTY, AND PERSONS AND COi:TR\CTOR'S RESPCNSIBILITY FOR DA:•UGE CLAIMS: The Contractor shall adequately protect the work, the Contracting Authority's property, adjacent property and the public from injury, damage or loss arising in connection with the contract or the work. 20 The Contractor shall provide and maintain all pasaay_:•lays, •uard fences, lights or other facilities for safety and protection required ::v any public authority or local conditions. The Contractor assumes entire responsibility and '_ utility for an': third party claims and actions based u::on or arising out of injuries, including death to persons or damage to or destruction of property, Sus- tained or alleged to have been sustained in connection with or to have arisen cut of or incidental to the performance of this contract by the Contractor, his agents and employees and his subcontractor, their agents and employees, regardless of whether such claims or actions are founded in whole or in part upon alleged negligence of the Contracting Authority, Contracting Authority's representatives or the Engineer, or the employees, agents or licensees thereof. The Contractor shall indemnify and hold harmless the Contracting Authority and its representatives and the Engineer and ;,is representatives in respect to any such matters. 15. L GAL RESTRICTIONS AND PERMITS: The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature, and shall give due and adequate notices to those in control of all properties which may be affected by his orerations. Permits, licenses, and easements for permanent structures or permanent changes in existing facilities will be provided by the Contracting Authority unless otherwise specified. The Contractor must obtain per- mission from the Contracting Authority or other proper authority before blockading any roads or highways, and shall furnish all necessary barricades and detour signs. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn or specified. 16. ASSIGNNTNTS: No assignment by the Contractor of the contract, or any part there- of, or of the funds to be received thereunder by the Contractor, will be recognized unless such assignment has had the written approval of the Con- tracting Authority, and the Surety has been given due notice of the assign- ment in writing. No assignment, transfer, or subletting, even though consented to, shall relieve the Contractor of his liabilities under this Contract. Should any Assignee fail to perform the work undertaken by him in a satisfactory manner, the Contracting Authority may, at its option, annul and terminate Assignee's contract. 17. OTHER CONTRACTS: The Contracting Authority reserves the right to let other contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. 21 Whatever work being done by the Contracting Authority's forces or by any other Contractor is contiguous to work covered by this Contract, the respective rights of the various interest involved shall be established by the Engineer, in order.,.to secure the completion of the various portions of th•.≥ work in general harmony. 18. SUSPENSION OF WORK: The Contracting Authority may at any time suspend the work or any part thereof by giving ten (10) day's notice to the Contractor in writing; the .cork shall be resumed by the Contractor ten (10) days after the date fixed in a written notice from the Contracting Authority to the Contractor to do so. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Contracting Authority does not give notice in writing to the Contractor to resume work at a date within twenty (20) days of the date fixed in the written notice to suspend, except in the case of litigation, then the Contractor may abandon that portion of the work so suspended, and he will be entitled to the estimates and payments for all work done on the portions so abandoned, if any. 19. THE CONTRACTING AUTHORITY'S RIGHT TO DO WORK: If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this Contract, the Contracting Authority after three (3) day's written notice to the Contractor may without prejudice to any other remedy it may have, make good such deficiencies, and may de- duct the cost thereof from payments then or thereafter due the Contractor. 20. THE CONTRACTING AUTHORITY'S RIGHT TO TERMINATE CONTRACT: If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should refuse or should fail, except in case for which extension of time is provided to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to Subcontractors or for material or labor, or desregard laws, ordinances, or the instructions of the Engineer, or other- •aise be guilty of a substantial violation of any provision of the Contract, then the Contracting Authority, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor ten (10) day's written notice, terminate the employment of the Contractor as provided under Paragraph 21, immediately following. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balance, the Contractor shall pay the difference to the Contracting Authority. The expense incurred by the Contracting Authority as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. Pending settlement of the i:ncinoer may suspend action Cc:•.tractor shall not be entitle reason of such delay, nor shall alt:ouch such extension of time dooms it in the interest of the disputes on any point of COI1tYOVGr':', on all or any part of the work. The i to any claim for loss or damago by he be entitled to extension of time, may be granted by the Engineer if :::e work. . TER:1P:.1-I. FOR BRACH: In the event that any of the provisions of this Contract are violated by the Contractor or by any of his Subcontractors, the Contracting Authority may serve written notice upon the Contractor and the Surety of its intention to terminate such Contract, such notices to contain the reasons for such intentions to terminate the Contract, and unless within ten (10) days after the serving of such notice upon the Contractor such violation shall cease and satisfactory arrangements for correction by made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Contracting Authority shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract, provided, however, that if the .surety does not commence performance thereof within thirty (3C) days from the date of the mailing to such Surety of notice of termination, the Contracting Authority may take over the work and prosecute the same to completion by contract for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Contracting Authority for any excess cost occasioned the Contracting Authority thereby, and in such event the Contracting Authority may take _.ossession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefor. 22. PAYc:E?NTS WITHH The Contracting Authority may withhold or, on accout of subsecuently discovered evidence, nullify the whole or part of any certificate to such extent as may be necessary to protect the Contract- ing Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Subcontractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work When the above grounds are removed, payment shall be made for amounts withheld because of them. 23. DELAYS AND E:•:TENSIoNs OF TI": If, at any time, the Contractor considers he is beinq delayed b^ an act or neglect of the Contracting Authority or its emnlo';•ees, or by any other Contractor employed by the Contracting Authority, or by any changes or additions ordered in the work:, or for any reason b "yo::.l his contra?, he shall within ten (10) days from the beginning of such delay notify the • En'gineer in writing of the causes of any such delay. Extensions of time, with relief from responsibility for liquidated damages incurred by the Contracting Authority on account of such'delay, will be granted the Contractor, when, in the opinion of the Engineer, the causes so called to his attention warrant such extensions of time. No claims for delay will be considered unless such notice has been filed with the Engineer within the time specified above. The Contractor will be required to furnish the Engineer two copies of each purchase order for materials and equipment as they are issued. If the Contractor shall seek an extension of time because of delay in receiving delivery of critical materials, such extension of tine may be granted when, in the opinion of the Engineer, the extension is warranted and the delay is in no way caused by the Contractor's financial status or by any act or failure to act on the part of the Contractor- Failure to get items of material or equipment not essential to the completion of those portions of the work, which, in the opinion of the Engineer requires supervision by an Engineer, shall not be deemed justification for waiver of liquidated damages, however, even though such delays are beyond the Contractor's control, and even though such items of material or equipment may be essential to the actual placing in operation of a portion of all of the project. iahen such items of materials or equipment are delayed for reasons beyond the Contractor's control, he shall complete all other work within the specified construction period. Extensions of time, without relief from responsibility for liqui- dated damages incurred by the Contracting Authority on account of delays, may be granted the Contractor on account of his failure to complete the work within the time specified. 24. ADDITIONAL, OMITTED, OR CHANGED WORK: The Contracting Authority, without invalidating the Contract may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. Additional work shall be done as ordered in writing by the Engineer, which order shall state the location, character, and amount of extra work. All such work shall be executed under the conditions of the original contract and subject to the same inspection and tests as though therein included. Compensation for additional, omitted, or changed work shall be adjusted as follows: Any changes in quantities of work for which unit prices are required in the Proposal shall be at and for the price bid. Work for which prices are not required shall be paid for or deducted, as the case may be, upon the basis of an estimate prepared by the Contractor and approved by the Engineer, prior to the written order changing the quantity of work. If the Contractor claims compensation for additional work not ordered as aforesaid, or for claims of damages sustained, he shall make a written statement of claims for compensation or damages to the Engineer, 24 which statement shall be in the hands of the Engineer within such Ei= as will allow a full consideration of the basis for such claim, and in no case later than fifteen (15) days after the work has been completed or damages sustained. The Contractor shall furnish, if required, any accounts, bill„ or vouchers relating thereto. Unless such claims arc mad=_ as re- ruired, they shall be considered forfeited and invalid. The Contracting person or firm other than Contractor's attention is entitled to no claim for the wor}c to be omitted. 25. ARBITRATION: Authority reserves the right to contract with an the Contractor for any or all extra work. The especially called to the fact that he shall be damages for anticipated profits on any portion of (a) Demand for arbitration. Any decision of the Engineer which is subject t0 arbitration shall be submitted to arbitration upon the demand of either party to the dispute. The Contractor shall not cause a delay of the work because of the pendency of arbitration proceedings, except with the written permission of the Engineer, and then only until the arbitrators shall have any oopor- tunity to determine whether or not the work shall continue until they decide the matters in dispute. The demand for arbitration shall be delivered Engineer and the adverse party, either personally or by the last known address of each, within ten (10) days of Engineer's decision, and in no case after final payment If the Engineer fails to make a decision within a reaso for arbitration may be made as if his decision had been the demanding party. in writing to the registered mail to the receipt of the has been accepted. sable time, a demand rendered against (b) Arbitrators. No one shall be nominated or act as an arbitra- tor who is in any way financially interested in this Contract or in the business affairs of the Contracting Authority, or the Contractor, or the Engineer, or otherwise connected with any of them. Each Arbitrator shall be a person in general familiar with the work or the problem involved in the dispute submitted to arbitration. Unless otherwise provided by controlling statutes, the parties may agree upon one arbitrator; otherwise there shall be three, one named in writing by each party to this Contract, to the other party, and the third chosen by those two arbitrators. If there be one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding in respect to both the matter submitted to and the procedure followed during the arbitration. Such decision shall be a condition precedent to any right of legal action. (c) Arbitration Procedure. The arbitrators shall deliver a written notice or by registered place for the to each of mail to the beginning of the parties and last known the hearing address of to the Engineer, of each, of the matters st±mitt_ed either personally the tine and to them. A- l Each party may submit to the arbitrators such evidence and arguments as he may desire and the arbitrators may consider pertinent. The arbitrators shall, however, be the judges of all matters of law and fact relating to both the subject matters of and the procedure during arbitration and shall not be bound by technical rules of law or procedure. They may hear evidence in whatever form they desire. The parties nay be represented before them by such persons as each may select, subject to the discipli- nary power of the arbitrators if such representative shall interfere with the orderly or speedy conduct of the proceedings. Each party, and the Engineer, shall supply the arbitrators with such papers and information as they demand, or with any witness whose move- ments are subject to their respective control, and upon refusal or neglect to comply with such demands, the arbitrator may render their decision without the evidence which might have been solicited therefrom, and the absence of such evidence shall afford no ground for challenge of the award by the party refusing or neglecting to comply with such demand. The submission to arbitration (the statement of the matters in dispute between the parties to be passed upon by the arbitrators) shall be writing duly a_knowledged before a notary. Unless waived in writing by both parties to the arbitration, the arbitrators, before hearing testimony, shall be sworn by an officer authorized by law to administer an oath, faithfully and fairly to hear and examine the matters in controversy and to make a just award according to the best of their understanding. The arbitrators, if they deem the case demands it, are authorized to award to the party whose contention is sustained such sums as they shall consider proper for the time, expense, and trouble incident to the arbitration, and if the arbitration was demanded without reasonable cause, damages for delay, and other losses. The award of the arbitrators shall be in writing and acknowledged like a deed to be recorded, and a duplicate shall be delivered personally or by registered mail forthwith upon its rendition, to each of the parties to the controversy and to the Engineer. Judgement may be rendered upon the award by the Federal Court or by the highest State Court having juris- diction to render same. The award of the arbitrators shall not be open to objection on account of the form of the proceedings or the award, unless otherwise provided by the controlling statutes. In the event of such statutes pro- viding on any matter covered by this Article otherwise than as herein - before specified, the method of procedure throughout and the legal effect of the award shall be wholly in accord with said statutes, it being the intention hereby to lay down a principle of action to be followed, leaving its local application to be adapted to the legal requirements of the jurisdiction having authority over the arbitration. The Engineer shall not be deemed a party to the dispute. Fie is given the right to appear before the arbitrators to explain the basis of his decision and give evidence as they may require. .6. P.E,PZFC':CE TO 111\NU!'.\C'I'UEER OR TPA DE iiA?tES: Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, an, material, article, or equipment of other manufacturers and vendors which will perform adocuately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the Engineer, of equal substance and function. It shall not be purchased or installed by the contractor without the Engineers' written approval. 27. USE OF COMPLETED PORTIONS: The Contracting Authority shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for completing the entire work on such portions may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use of completed portions increases the cost of, or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine. The Contracting Authority, in taking possession of completed portions, shall agree to accept the decision of the Engineer, on matters relating to responsibility for damages that may occur to any portion of the work during the period of possession preceding acceptance and final payment. 28. ACCEPTANCE AND FINAL PAYMENT: As soon as the work has been substantially and satisfactorily completed, the Engineer will make a final estimate stating that the work provided for under this Contract has been completed and is accepted by hip, under the terms and conditions thereof, with qualifications, if any, as stated. If certain parts of the work are not completed or if certain corrections must be made in the work even though the work is substantially completed, the Engineer is authorized to determine the amount which in his opinion is required for completion and/or correction of the work, and such amount may be withheld from the final payment to the Contractor, pending the completion and correction as required. The balance found to be due the Contractor shall be paid by the Contracting authority within forty (40) days after the date of the final estimate. Prior to filing for final estimates, the Contractor shall file with the Engineer a receipt in full from each manufacturer, subcontractor, dealer and supplier for all ecuipment and material used on the work and a complete release of all liens which may have arisen from this Contract. In lieu thereof, the Contractor shall file statements showing balance due or claimed on all accounts and the Contracting Authority shall have the right, if it so elects, to withhold sufficient money to pay such balances until receipts in full or satisfactory evidence of final determination are filed with the Engineer who nay then make the final estimate. , The making and acceptance of the final payment shall constitute a waiver of all claims by the Contracting Authority, other than those arising from incomplete or uncorrected work, unsettled liens, or from faulty workmanship Or materials, and of'all claims by the Contractor, except those previously made and still unsettled. If the work has been partially but substantially completed to the extent that all adjustments in the Contract sum may be made, the Engineer may, if material delay in completion is anticipated or if otherwise deemed in the interest of the work, make the final estimate, retaining, in addition to other requirements which may be specified under payments, an amount representing the cost of unfinished work. Such payment shall be under the terms and conditions governing final payment. Neither the making of the final estimate, or final payment, shall relieve the Contractor of his responsibility for faulty materials or workmanship, and he shall remedy any defects and pay for any damage resulting therefrom which shall appear within a period of one (1) year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness, and all questions arising under this paragraph shall be decided by the Engineer. 29. PAYMENTS TO CONTRACTOR: The Engineer will on or about the Twentieth (20th) day of each month make an estimate of the work done. As soon thereafter as possible, and as soon as the Contractor has filed receipted bills showing that he has paid the previous month's bills, the Contractor will be paid seventy (70) percent of the value of work in place, plus ten (10) percent for that portion of the work accepted for beneficial occupancy, plus (20) percent of the value of work that has been properly cleaned up, plus fifty (50) percent of the value of the materials on the job site but not in place (figured from the Contractors paid invoices), minus amounts previously paid. A final estimate will be made following the final inspectionas provided under paragraph 28, after which time and within a period of forty (40) days, the Contractor will be paid the full amount of the contract price, less amounts previously paid. Payment will be made only for the actual quantities installed. The Contracting Authority may withhold or, on account of sub- sequently discovered evidence, nullify the whole or part of any certificates to such extent as may be necessary to protect the Contracting Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Sub- contractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work. When tho above grounds are removed, payment shall be made for amounts withheld because of them. 30. SHOP AND ERECTION DRAWINGS: The Contractor shall furnish the Engineer with triplicate codes of all shop and erection drawings for approval. These drawings shall include the drawings prepared on structural and reinforcing steel, special layout drawings of equipment or machinery purchased under this Contract, and other supplementary drawings required in the prosecution of the •.cork. One copy shall be returned to the Contractor and two ccaies retained by the Engineer for field and office reference. The approval of such drawings by the Engineer does not constitute an acceptance of responsibility of their accuracy. 31. LABORATORY TESTS: All material entering into the work is subject to various tests as may be required by the specifications. The cost of all such tests shall be the responsibility of the Contractor furnishing such material. The Contractor shall also bear the cost of any tests arising out of his desire to use materials which may be questionable irr the opinicn of the Engineer. 32. DRINKING WATER AND SANITARY FACILITIES: The Contractor shall provide safe drinking water for his workmen during the construction period. The water shall be delivered through a spigot, angle jet fountain, or other approved device. Common drinking cups will be prohibited. The Contractor shall furnish adequate sanitary facilities for workmen in the work area during the construction period. 33. CONSTRUCTION SAFETY: Throughout these specifications, whenever engineering decisions are to be made to ensure adequate construction in accordance with the plans and specifications, such inspection and engineering decisions are not to be construed as supervision of the Contractors' work force, nor make the Engineer responsible for providing a safe place for the performance of the work by the Contractor or the Contractors' emnlovees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsi- bilities are covered under the provisions of the contract, the Contractors insurance and performance bond and cannot be the responsi- bility of the Engineer. The above provision does not prevent the Engineer or his 29 personnel from requiring reasonable safety standards, if, in the course of their technical supervision, it comes to the attention of the Engineer that reasonable safety standards are not being carried out. DETAILED SPECIFICATIONS PART I - CONTRACT STIPULATIONS I-1 SPECIFICATIONS: These detailed specifications are drawn with the object of securing first class workmanship and materials throughout the work embraced in this contract, and of securing completed structures properly and well constructed with regard to all local conditions. I-2 EXTENT OF WORK: It is mutually agreed and understood that the contractor will furnish all tools, labor, equipment, materials, and supplies required to be furnished, and will construct complete all work shown on the Plans and in these Specifications. The Work consists of: Excavating, laying different size pipes and setting fire hydrants, sterilizing and testing water lines, proper back - filling of trenches, clean up and restoring streets, driveways„ ditches, concrete sidewalks, and yards to an acceptable condition. I-3 LIST OF PLANS: The Plans are bound separate from the specifications and are generally titled Highway 71 Bypass - Porter Road Interchange Waterline Relocation DESCRIPTION SHEET NO. Vicinity Map 1 Plan 2 & 3 Water Details 4 I-4 LANDS AND RIGHTS -OF -WAY: The Owner will provide all permanent easements or permits actually required for the construction of the work in all Schedules. The Contractor shall lease, buy, or make satisfactory provisions, without obligation to the Owner, for all other temporary land easements or rights -of -way which he may require for access or storage of materials or equipment. DS -1 STAKING OUT -WORK: The Engineer for each Schedule will furnish labor to act as rodmen, chainmen, and to perform all other duties required to assist the Engineer in staking out the work for construction and for measurements to determine quantities of pipe installed. The Contrac- tor shall not be required to furnish any labor for this purpose. QUALITY OF THE PLANS: 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 maps and are underground. The approximate location of existing underground water, gas, and telephone lines are shown. 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 of 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 encountered, including rock and underground :water, and the submission of the Proposal by the Contractor for the work constitutes his compliance with this requirement. DETAILED SPECIFICATIONS PART II - CONSTRUCTION SPECIFICATIONS II -1 PLANNING AND EXECUTION OF THE WORK: The construction work included under these specifications shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. Water main connections requiring shut -down of water service to users shall be coordinated through the City Engineer. II -2 EXCAVATION - GENERAL: All excavation shall be carried accurately to the line and grade shown on the Plans and established by the Engineer. When excavation is carried below or beyond that required, the space shall be filled with compacted SB-2. No claim for additional compensation shall be made for such backfilling of excess excavation unless the Contracting Authority or its agent is responsible for the error. When necessary to protect the laborers, the work, or adjacent prcperty, the Contractor shall provide and install shoring. Such shoring shall remain in place until the backfill has proceded to a point where it can be safely removed, except that, if in the opinion of the City Engineer dar.age is liable to result from withdrawing shoring, it shall remain in place. I1-3 EXCAVATION - TRENCHES FOR WATER MAINS: Trenches for water lines shall be the width and depth necessary for the proper installation of -the pipe. All pipe lines shall be laid in trenches of such depth as to provide a minimum cover of thirty-six inches over the top of pipe barrel unless otherwise shown on the Plans. Contractor shall increase depth as necessary for crossing other pipe lines and to provide required cover for valves and valve boxes. Trench will be deepened to the extent necessary so as not to exceed the maximum permissible deflection of the pipe being installed, with maximum permissible deflection being as recommended by the pipe manufacturer. Width of pipe trench for all water lines shall be adequate for the installation of the pipe and make-up joints, but in no case shall the width of the trench at the top of the pipe be wider than the outside diameter of the pipe plus two (2) feet. The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact with and have a longitudinal bearing on undisturbed soil for the full length of the pipe, except for such distance as necessary for adequate bell holes and proper sealing of the pipe joints. If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall DS -3 .— • excavate below the lower extremity of the pipe as directed by the Engineer, and place a cushion of sand, gravel, or crushed stone thoroughly tamped into place to receive the pipe: Material used for this purpose shall be SB-2. 1I-4 EXCAVATION - ROCK IN TRENCHES: Rock excavation shall be defined as solid rock in formation which cannot be excavated efficiently by adequate power shovels or excavators of recognized standard manufacture in good condition and adequate size, well handled by skilled operators; and boulders or pieces of detached rock, which may be embedded in materials not classed as rock, exceeding ten (10) cubic feet in volume. The term "excavated efficiently" as used in this Specification shall mean that where formation rock can be excavated at a lower cost per cubic yard of useful excavation by blasting, barring, or wedging, it shall be so excavated and will be classified as rock. The Contractor's attention is called to the fact that a shale formation exists in Fayetteville that generally can be dug and, therefore this material will not be classified as rock except where it cannot be efficiently excavated as defined above. The volume of rock excavation shall be determined by the horizontal measurement of length of trench in which rock occurs, the vertical measurement of depth of rock and a width of "D". "D" shall be the nominal diameter of the pipe plus 15 inches, but not less than 24 inches. II -5 EXCAVATION - CLASSIFICATION, MEASUREMENT AND PAYMENT: All excavation not classed as rock shall be classed as common excavation. The volume of rock excavation shall be determined per Section 11-4 of these Specifications. Rock excavation shall be paid for at the unit contract price given in the Proposal. The cost of all common excavation in trenches for water mains shall be included in the contract unit price for pipe and shall not be paid for separately. All rock excavation in trenches for water mains shall be measured and paid for as rock excavation. II -6 BLASTING: Blasting will be permitted only when proper precautions are taken for the protection of persons, the work, and adjacent property; and any damage done to the work or property by blasting shall be repaired by the Contractor at the Contractor's expense. All operations involving the procurement, handling, use, and storage of explosives shall be in full compliance with applicable State and Federal statutes and regulations. Blasting will be done only after securing written permission from the City Engineer's office. DS -4 — . •. The Contractor shall be liable for all injuries or deaths to persons or damage to property caused by blasts or explosions. The attention of the Contractor is called to Section 9 of the General Conditions of the Specifications entitled "Insurance". The cost of all work under this Section shall be included in the Contract unit price for rock excavation and will not be paid for separately. II -7 BACKFILLING: All trenches shall be backfilled immediately after the pipe is laid using methods that will not disturb the pipe. Material used for backfilling shall consist of the excavation or borrow of sand, gravel, or other material approved by the Engineer, and shall be free of trash, lumber and other debris. After the pipework has been approved, trenches shall be backfilled with fine, loose earth free from clods or stones larger than three (3) inches in any dimension, and of proper moisture content. This selected material shall be carefully deposited by hand in layers not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and care- fully rammed around the pipe until the backfill has been brought up to the spring line of the pipe. The backfill shall then continue without tamping but with same material, placed by hand, to a point at least twelve (12) inches above the top of the pipe. If the excavation is not suitable for this purpose, as determined by the Engineer, then SB-2 shall be used for this operation. The remainder of the backfill may then be backfilled by any approved method which will not injure or disturb the pipe. Trenches outside the public right-of-way will be neatly graded up and left slightly "over -full" so that subsequent settlement will leave the route level with the surrounding terrain. Trench on public pro- perty shall be filled and refilled as necessary to provide a smooth, well - graded appearance. All backfill shall be settled and consolidated until fur- ther settlement will not occur. It is the intent of this Specification that the Contractor shall be responsible for settlement of backfill in all work covered herein. He shall refill trenches as often as necessary to bring them back to original grade, and during that period settlement is occurring shall refill them often enough to avoid hazardous conditions or inconvenience. All excavated material which is unsuitable, or not needed for backfill shall be wasted or disposed of to the satisfaction of the Eng- ineer. Surfaces shall be cleaned up, all hummocks and piles smoothed down and the surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left true to original line and grade. Street shoulders shall be restored to their original contours. All roadways and driveways shall be backfilled with S3-2 up to the road surface. The roadway and driveway surface shall then be re- placed as called for elsewhere in these Specifications. Cs -5 • The attention of the Contractor is, called to a separate Section in these specifications concerning crossing lawns. I SB-2 shall bermeasured and paid,fbr as subgrade material at the unit contract price given in the Proposal. The cost of all other work described in this section shall be included in the unit contract price for the installation of pipe and shall not be paid for separately. Water for flooding trenches shall be furnished free of charge by the City of Fayetteville. 1I -S HANDLING AND LAYING C.I., D.I., AND A.C. PIPE: In the transportation, unloading, and handling of cast and ductile iron pipe, the pipe shall not be dropped, let roll and collide with another pipe, or be subjected to any unnecessary jar, impact, or other treat- ment that might crack or otherwise damage the pipe. Before laying pipe in trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length, except at bell holes, and shall not be allowed to rest on hard supports through a portion of its length only. All pipe shall have at least 36 inches of cover, unless otherwise shown on the Plans. Deflections from a straight line or grade, as required by vertical curves, horizontal curves, or offsets,shall not exceed 6/D inches per linear foot of pipe, where D represents the nominal diameter of the pipe expressed in inches, between the centerlines extended between any two connecting pipes. If the alignment requires deflections in excess of these limitations, special bends, or a sufficient number of shorter lengths of pipe shall be furnished to provide angular deflections within the limit set forth above, as approved by the Engineer. The inside of the pipe and all parts involved in jointing shall be cleaned of all dirt, mud, grease, and other foreign material before the pipe is laid or the joint started. Ends of pipe shall be temporarily plugged at the close of each day's work. In laying mechanical joint or 'push -on' joint pipe, the manufacturer's recommendations for securing good joints shall be rigidly followed. The laying of the pipe shall be done in accordance with AWWA C-600-77 for cast iron or AW A C-603-65 for asbestos cement water pipe. Adequate backing blocks of Class "B" concrete shall be provided at all points of unbalanced pressure, such as bends, tees, or wyes as shown on the Plans in such a manner that all joints between pipe and fittings are accessible for repair. Cast iron pipe shall be measured and paid for as Cast Iron Pipe for water mains at the appropriate unit contract price given in the proposal. DS -6 Class B' Concrete shall be measured as the actual amount placed and paid for at the unit contract price as given in the Proposal. The cost of all other work required under this section shall be considered subsidiary to the laying of pipe or the placement of con- crete and shall be included in the appropriate unit price. II -9 CROSSING AND PAPALLELI::G EXISTING UTILITY LINES: The construction of sewer lines will necessitate the crossing and paralleling of existing utility lines, including water mains and services and natural gas mains and services. The known locations of such utility mains are shown in their approximate position on the Plans, but utility service lines are not indicated on the Plans. The owners of the utility lines shall be notified before any crossing is made or other work initiated that may disturb a utility line or interrupt service to a customer. The Contractor is referred to that sec- tion of the General Conditions of these Specifications where the Contractor's responsibilities for utility crossings is stated. The cost of all work under this section will be included in appropriate contract unit prices, and none will be paid for separately. II -10 CROSSING BURIED TELEPHONE CABLE: The location of buried telephone cable is shown approximately on the Plans as determined from telephone company markers indicating the location of the cable. The Contractor will exercise extreme caution in approaching the location of buried cable. Contractor shall notify the Southwestern Bell Telephone Company (Dial 4102 in Fayetteville) and wait until a represent- ative of the telephone company is on the job site to locate buried cables. The Contractor will not attempt to locate or uncover cable withcut a represent- ative of the telephone company present. The cost of all work under this Section will be included in appropriate contract unit prices, and none will be paid for separately. II -11 CUTTING AND REPLACING SPECIAL SURFACES: Whenever it becomes necessary in excavating for trench to disturb special surfaces, such as paved or gravel streets, drives, walks, or parking areas, the original surface shall be restored after completion of the backfill operation. In these instances, special care shall be used in making the backfill to eliminate future settlement. The surface shall be restored using the same type of surfacing materials that were used in the original surfacing. I DS -7 S . Backfill of trench lying within roadways shall be in strict accordance with the applicable provisions as stated in Section 1I-7 of these Specifications. The condition of the'backfill, with special regard to the degree of compaction, shall be checked and approved by the Engineer before any surfacing is placed over the backfill. The replacement of special surfacing shall follow as soon as practical after the completion of the backfilling operation so as to restore the roadway to its original condition and traffic capacity. If in the opinion of the Engineer the replacement of surfacing is lagging, he may, at his discretion, stop the pipe laying operation until the replacement of surfacing proceeds in a satisfactory manner. Immediately prior to replacing asphalt or concrete pave- ment or surfacing, a chalk line shall be made along both sides of the trench at the proper width, and the pavement trimmed, along a straight and vertical line. No claims will be allowed for additional width of pavement cut and replaced occasioned by this requirement. The quantity of asphalt and con- crete pavement cut and replaced will be determined by the horizontal length of pavement actually cut and replaced measured along the centerline of the trench multiplied by a width of thirty-six (36) inches, except that where a width greater than thirty-six (36) inches is required and authorized by the Engineer, the actual width of pavement cut and replaced shall be used in. determining the quantiy of pavement cut and replaced. In gravel surfaced streets or parking areas, the gravel will be disturbed in excavating for sewer trench. After the backfill has been so placed that no further appreciable settlement will occur, gravel surfacing shall be replaced to the same compacted thickness as the original surfacing. During construction operations, the gravel on the remainder of the street not occupied by the trench may be disturbed and covered with dirt from the excavation. After completion of the backfill, such dirt shall be removed as completely as possible and additional gravel placed on the street as directed by the Engineer until the street is satisfactorily restored to its original condition. Gravel surfacing cut and replaced will be measured and paid for as the cubic yards of gravel actually used in replacing such sur- facing. Special surfacing cut and replaced will be paid for at the appropriate contract unit price as given in the Proposal. Contract unit prices shall be inclusive of materials, placement, and all work incidental thereto. II -12 CROSSING LAWNS: The following shall apply to all lines crossing lawns, as designed on the plans. After settlement has occurred, the disturbed areas shall be dressed out with three (3) to four (4) inches of top soil. The dressed out areas shall then be seeded with the appropriate grass or grass mixture. If lawns, bushes and small trees are likely to be dam- aged by the work, they shall be taken up ahead of construction. They shall c DS -8 be properly protected until such time that they can be re -set. It is the intention of this specification that lawns be restored as closely as possible to their original condition. The cost of all work under this section shall be included in the appropriate unit price for pipe and shall not be paid for separately. II -13 TESTING AND STERILIZING WATER MAINS: Water mains shall be subject to 200 psi test as herein specified. All lines shall be backfilled and concrete backing installed at points of unbalanced pressure prior to the initiation of any pressure test. Each valved section of the pipe lines as selected by the Engineer for test shall be slowly filled with water. Before applying the test pressure of 200 psi, all air shall be expelled from the pipe by blowing - off at fire hydrants. If necessary to properly expel air prior to test, Contractor will tap lines at high points with corporation stops. Each section of pipe line to be tested shall be subjected to 200 psi test pressure, based on the elevation of the lowest point in the line or section of line under test and corrected to the elevation of the test gauge. Duration of 200 psi test shall be for at least two (2) hours in all cases. Pressure shall be applied to the line by means of a pump, pipe connections, and all other necessary apparatus for applying pressure and measuring the resultant leakage from the line under test. All such apparatus shall be furnished by the Contractor. All necessary taps will be made by City forces at the expense of the Contractor. Pressure will be measured with gauges as furnished by the Engineer. While the pipe being tested is under pressure, it shall be walked to check for leakage appearing at the surface of the ground or from any exposed valves or other appurtenances. In conjunction with the 200 psi pressure test, a leakage test shall be performed. Contractor shall provide necessary meter or pump- ing reservoir or other satisfactory means of determining the amount of water pumped into the line to sustain the specified test pressure of 200 psi. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure of 200 psi after the air in the pipe has been expelled and the line filled with water. Leakage shall be no more than that allowed by AWWA specifications. All pipe lines shall be checked for leaks and deficiencies, repaired, and retested if necessary until they pass the above specified leak- age test for the size and type of pipe installed. Even though pipe lines may pass the leakage test, any leaks apparent at the ground's surface, any leaking joints, fittings, or appurten- DS-9 ances that are detected shall be repaired to the satisfaction of the Engineer. All new water line extensions will be sterilized with chlorine before being accepted by the Owner and placed into service. Sodium or calcium hypochlorite (HTH) or chlorine gas may be used in such amounts as to provide a dosage of not less than 50 parts per million in the piping being sterilized. The sterilizing agent may be introduced in any manner so as to provide uniform distribution along the pipe line. All in -line valves in water lines being sterilized shall be opened and closed several times during the sterilizing period. Contractor will use extreme caution to be certain that strong sterilizing agent is not flushed back into ant/ part of the water distribution in such a manner that it reaches water consumers. Following a contact period of at least 24.hours the heavily chlorinated sterilizing water shall be completely flushed from all pipes, and the pipes rinsed and thoroughly flushed with large quantities of clear water. Samples shall be taken from all water line extensions as directed by the Engineer and analyzed for bacterial purity by the State Department of Health. The sterilizing process shall be repeated as necessary until all samples indicate that the water is safe and approved by the State Department of Health. Resterilization of the water lines at the Contractor's expense shall be required if State Department of Health approval has not been received after three weeks of testing. Water for all sterilizing and testing operations will be furnished the Contractor by the Owner at no cost to the Contractor. The cost of all sterilizing and testing operations including pipe taps, sterilant, any temporary valves or caps, test pumping and equipment, and all work incidental thereto will be included in the unit contract prices for pipe, and no separate payment will be made for testing and sterilizing water line extensions. I1-14 CROSSING FENCES: The installation of lines will necessitate crossing several fences as shown on the Plans. Fences will be repaired by the Contractor so as to be equal or better than their original condition prior to construction: Before cutting fences, adequate horizontal bracing will be installed in the fence on each side of the cut so as to maintain the tension in the fence wire. Replacement of fence shall be in a workmanlike manner, and wire shall be stretched tight and adequately secured to posts by means of 1 inch fencing staples. If necessary to accomplish proper closure, the Contractor shall furnish and install new fencing, posts, wire, etc. to properly restore the fence. Mater- ials shall be of equal quality and size to those as originally installed. The Contractor shall be responsible for temporary fencing, gates, gaps, etc., as necessary to maintain fences in a stockproof condition during the construction of the pipe line until permanent fence repairs can be accomolished. He shall take all necessary precautions and will assume full responsibility to insure that livestock does not stray or gain entry to cropped areas or to public roads. The cost of fence repairs in all Schedules will be included in DS -10 -- the unit contract prices for pipe, and no separate payment •wil. be made for crossing and repairing fences. I1-15 INSTALLATION OF FIRE HYDRANTS: Fire hydrants shall be properly located with respect to grocery line and streets, and shall be set at proper elevation, truly plu.bed and properly oriented. Hydrants shall be set upon a slab of stone or concrete four (4) inches thick and not less than fifteen (15) inches square. Hydrants shall be backed with Class "B" concrete to prevent the hydrant frcm blowing off the lead. Hydrants shall be set with at least three (3) cubic feet of crushed stone or washed gravel at the base to serve as drainage. Fire hydrant extensions shall be used as necessary to bring fire hydrants up to grade. Fire hydrants will be measured as the unit installed, at the appropriate unit price as given in the Proposal. The cost of all other work under this Section will be included in the unit price for installation of fire hydrants and shall not be paid for separately. II -16 CONNECTION TO EXISTING WATER LINE: Connection to the existing water line shall be made at the location and in the manner shown on the Plans. When water service must be discontinued to make a tie-in, the Contractor shall notify all affected customers 24 hours in advance and estimate the time required to restore service. The cost of all workassociated with tying -in shall be included in the unit price for the installation of pipe and shall not be paid for separately. I1-17 •INSTALLATION OF VALVES: All valves will be set with operating stems set in true vertical positions. Valve boxes shall be adjusted so that the cover conforms to the adjacent grade. All costs incidental to the installation of valves shall be included inthe contract unit price for valves. II -18 CONCRETE: All concrete shall be composed of the materials described in Paragraphs 4,5,and 6, Part III, and shall be proportioned by weight in such manner as to obtain a plastic workable mix. All concrete shall be Class "B" as shown on the Plans. Class "B" concrete shall contain not more than seven (7) gallcns of water to the sack of cement, including the water in the aggregates, and not less than five (5) sacks of cement per cubic yard of concrete, and DS -11 -- rav a t•.;enty-eight (29) day compressive strength of at least twenty-five hundred (2500) pounds per square inch. Concrete shall be mixed in an aDoroved ,-ixer For noc less than one and one-half (1'_) minutes after all materials are in the drug and shall be deposited within thirty (30) minutes after mixing. Hand -mixed concrete will not be allowed. In placing concrete, care shall be taken chat the fro:,•_ ly piac_d mass is so placed and vibrated that there is no tendency for the coarse aggregate to segregate from the mortar. All concrete shall be properly protected from too rapid curing or from freezing while green. The cost of all work in. -this section shall be included in the unit contract price for Class'B" concrete and shall not be paid for separately. _ - II -19 CLEANING UP: After the construction work is; completed, ail refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. All excess excavation, waste concrete, piping, lumber, other refuse shall be removed from the site of the work and the site leveled, graded, and dressed up until it is neat, smooth, and workmanlike. It shall be specificallyunderstood that the clean up c erstion .shall be maintained as closely as possible to the pipe laying operation. If, in the opinion of the Engineer, the clean up operation is not being maintained satisfactori ly, he may interrupt the pipe laying oper- aticn until such clean up is completed to his satisfaction.. The cost of all work under this section shall be included in the lump sum contract price and will not be paid for separately. dI-20 CLEARING: Clearing operations will be required in the execution of various portions of the work. . Clearing shall be no more than actually required for inst3llaticn of the line. No indiscriminate destruction of trees will toter ted. Within lawn areas, bushes and small trees will be taken up and protected until construction is completed in the area. They shall then be re -sec. No open burning will be allowed. All trees and brush will be hauled off to a disposal site approved by the Engineer. The cost of all work under this section shall be in- cluded in the appropriate unit cost for pipe and shall not be paid for nfl = I DS -12 separately. The Contractor, by personal inspection, should satisfy himself on the exact amount of clearing that may be required. CS -13 r % DETAILED SPECIFICATIONS PART III MATERIAL SPECIFICATIONS III -1 GENERAL: All materials shall be in compliance with the latest revisions of the ASA or AWWA Specifications noted. The Engineer retains the right to reject any materials or items not specifically covered in the Plans or Specifications. 1II-2 CAST IRON PIPE FOR WATER RAINS: Pipe shall be designed in accordance with ASAA 21.1-1967 /A'.•WA HI -67 using 21,000 psi bursting tensile strength and 45,000 psi modulus of rupture. Pipe shall be manufactured and tested in accordance with USAS A 21.8 or A 21.6. Minimum standards given below shall apply. NOMINAL PIPE THICKNESS WALL SIZE ( in.) CLASS THICKNESS (in.) 6" 22 0.38 8" 22 0.41 T`.ao and one quarter inch pipe shall be Class 250 and shall have a wall thickness of 0.25 inch in accordance with ASA A2l.12/APif•iA C112. Fittings shall be designed in accordance with ASA A 21.10-1971 /A:s.la C110-71. All fittings shall be Class 250 and shall be NJ. This mechanical joint shall conform'in all respects to ANSI A21.11/AWWA C111. All pipe and fittings shall be bituminous coated outside and standard cement lining inside in accordance with AWWA C 104-74/ASA A21.4. Pipe shall have Type II (push -on) joints, except that 6" pipe for hydrant leads shall be NJ. Push -on joint and mechanical rubber gaskets shall conform to ANSI A21.11-1972/AWWA C111-72. II1-3 RETAINER GLANDS: Retainer glands shall be ductile iron. 1II-4CONCRETE AGGREGATES: Fine aggregate shall consist of sand or other approved inert material with similar characteristics, having hard, strong, durable particles not more than one (1) percent by weight of clay lumps or three (3) percent by weigth of material removed by decantation. Mortar specimens made with the fine aggregate shall have a compressive strength at twenty eight (28) days of not less than ninety (90) percent of the strength of similar specimens made ith Ottawa sand having a fineness modulus of 2.40+0.10. Fine aggregate shall have a fineness modulus of not less than 2.40 and not more than 3.00 and the variation in modulus shall be limited to +0.20 from the average of all tests. DS -14 Gradation shall fall within the following requirements: TOTAL PASSING PERCENT BY WEIGHT No. 4 Sieve 95 - 100 No. 16 Sieve 35 - 75 No. 50 Sieve 10 - 25 No. 100 Sieve 2 - 8 Coarse aggregate shall consist of crushed stone, gravel, or other inert material of similar characteristics, having clean, hard, strong, durable, uncoated particles with not more than five (5) percent by weight of soft fragments, one-fourth(;) percent by weight of clay lu.^,ps, and one Cl) percent by weight of material removed by decantation, except that when the material removed by decantation consists essentially of crusher dirt the maximum amount permitted may be increased to one and one-half (1:) percent by weight. Coarse aggregate may be either of two sizes, 1½ inch and smaller or 3/4 inch and smaller, and shall be graded within the following requirements: PERCENT PASSING BY WEIGHT Maximum size mesh screen (sq. mesh) 97 - 100 Half -maximum size mesh screen (sq. mesh) 40 - 70 No. 4 Sieve 0 - 6 II1-5 CEMENT: Portland cement shall conform to the requirements of the Standard Specifications for Portland Cement, ASTM Designation C 150, Type 1. Masonry cement shall conform to the requirements of the Standard Specifications for Masonry Cemetn, ASTM Designation C 91. I1I-6 WATER: Water for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalies, salt, organic matter, or other deleterious substances. Test specimens of mortar made from the materials and the water to be used shall develop not less than ninety-five (95) percent of the seven (7) day tensile or compressive strength of the same materials and distilled water. III -7 GATE VALVES: Gate valves shall be iron -bodied, bronze mounted, double disc wedging gate valve designed for a working pressure of 200 psi and a test pressure of 400 psi, and shall conform to specifications of the AW1A. Valves shall have O-ring seals and non -rising stems. Valve shall open left (counter- clockwise) and shall have mechanical joint ends. DS -15 • 1 f f jM l ti Gate :valvesishall be similar or equal to the Mueller A-2380-20 or the Clow model with teflon anti -friction ring and shall conform to .y.. A C500. 111-S VALVE BOYES: All buried gate valves shall be furnished with suitable cast iron valve boxes. Boxes shall be two-piece, Buffalo type with 54" shaft. Boxes shall be screw or telescoping type, complete with lid, and of adequate length for the installation. Boxes shall be similar or equal to Nueller H-10360. 11I-9 FIRE HYDRANTS: All fire hydrants shall be Improved AWWA type fire hydrants with a 5'-a" valve opening. Nozzle threads shall be National Standard. Hydrants shall open "left" by means of a 1„" pentagonal operating nut. Hydrant shall be finished with red lead primer only. Hydrants shall be furnished with 6 inch mechanical joint inlets for cast iron pipe. Bury shall be 42 inches. Hydrants shall be Mueller Improved Hydrant No. A-24015, or approved equal. After installation fire hydrant barrels shall be painted with paint containing reflectorized glass beads (3M Company ;;7216 paint, or approved equal). III -10 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR: Gravel for subgrade shall be SB-2 and shall conform to the following specifications: SIZE OF SIEVE TOTAL RETAINED 1" 3/4" �4 TOTAL PASSING 40 1200 PERCENT BY WEIGHT 0 0 10 to 50 50 to 75 10 to 30 3 to 10 The fraction passing the =200 sieve shall not be greater than two-thirds the fraction passing the 440 sieve. The fraction passing the ='40 sieve shall have a liquid limit not greater than twenty-five and a plasticity index not greater than six. DS -16 III -11 TAPPING VALVES: Tapping valves shall be similar in construction to standard AW.4A gate valves and shall have NJ outlets for cast iron pipe. III -12 TAPPING SLEEVES: Tapping sleeves shall be NJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for AWWA Class "C" or "D" pipe, and with Class "B" pipe in the 4 and 6 inch size. III -13 ASBESTOS CEMENT PIPE: Asbestos cement pipe and couplings shall conform in all respects to AWWA C400-75 and shall be Class 200, Type II (sulfate resistant). Asbestos cement pipe shall be installed as described in AWWA C 603. A tract wire shall be installed along with the asbestos cement pipe. Fittings for use in connecting Asbestos cement pipe, with the exception of couplings, shall be cast iron. III -14 PLASTIC PIPE: Two inch plastic pipe shall be 200 psi pressure rated and shall have a 2/1 safety factor. Joints shall be the push -on type with integral bell ends. Pipe shall.be manufactured in accordance with AWWA Specifications. J • III -11 TAPPING VALVES: Tapping valves shall be similar in construction to standard ALMA gate valves and shall have MJ outlets for cast iron pipe. II1-12 TAPPING SLEEVES: Tapping sleeves shall be MJ for cast iron pipe, similar or equal to Mueller H-615. Tapping sleeves shall, with the use of suitable gaskets, be good for AWWA Class "C" or "D" pipe, and with Class "B" pipe in the 4 and 6 inch size. - III -13 ASBESTOS CEMENT PIPE: Asbestos cement pipe and couplings shall conform in all respects to AWWA C400-75 and shall be Class 200, Type II (sulfate resistant). Asbestos cement pipe shall be installed as described in AWWA C 603. A tract wire shall be installed along with the asbestos cement pipe. Fittings for use in connecting Asbestos cement pipe, with the exception of couplings, shall be cast iron. III -14 PLASTIC PIPE: Two inch plastic pipe shall be 200 psi pressure rated and shall have a 2/1 safety factor. Joints shall be the push -on type with integral bell ends. Pipe shall. be manufactured in accordance with AWWA Specifications. III -15 DUCTILE IRON PIPE FOR WATER MAINS: Ductile Iron Pipe shall conform to the applicable dimensions and weights shown in ANSI A21.51/AWWA C151-76. Minimum standards given below shall apply: NOMINAL PIPE THICKNESS WALL SIZE, INCHES CLASS THICKNESS (in.) 4 51 0.26 6 50 0.25 S 50 0.27 12 50 0.31 The acceptance valves for test specimens shall be as follows: Minimum tensile strength 60,000 psi Minimum yield strength 42,000 psi Minimum elongation strength 10% Ductile iron pipe shall have single rubber -gasket push -on type • joints as described in ANSI A21.11/AWWA C111.72. The pipe shall be bituminous coated outside with standard cement lining inside in accordance with AWWA C-104-74/ASA A21.4. J % J l 4 1 III -16 FITTINGS: Fittings shall be either Gray Iron (250 psi) or Ductile Iron (350 psi) designed in accordance with ANSI/AWWA C110-77. All fittings shall be mechanical joint conforming in all respects to ANSI A21.11/AWWA C111. Fittings shall be bituminous coated outside with standard cement lining inside in accordance with ASA A21.4/AWWA C104-71. Ductile iron retainer glands shall be used on fire hydrant branch lines and vertical bends. III -17 ENCASEMENT PIPE: All encasement pipe shall be steel pipe, the size of the encase- ment pipe shall be as indicated on the Plans. The steel pipe shall have a wall thickness 'of 1/4 inch. DS -18