Loading...
HomeMy WebLinkAbout45-80 RESOLUTION• • RESOLUTION NO p0c)-7126 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH JERRY D. SWEETSER, INC. FOR THE RELOCATION OF WATER AND SEWER LINES ALONG U.S. HIGHWAY 62 FROM U.S. HIGHWAY 71 BY-PASS TO GARLAND AVENUE. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Jerry D. Sweetser, Inc. for the relocation of water and sewer lines along U.S. Highway 62 from U.S. Highway 71 By—Pass to Garland Avenue at a total contract price of $313,323.05. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. nA*6 PASSED AND APPROVED this c<0 day of 1980. t 0:- C I TX:5C LEAK aP • "1 • 4c417 c Hrgc APPROVED: MICROFILMED CERTIFICATE OF RECORD State of Arkansas City of Fayetteville ( SS I, Bonnie Goering. City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or foregoing is of record in my office and the same ap- pears in Ordinance C.9. Resolution book Witness my hand and seal, cc 19 LP City aerk find Ex -Officio Rec. State of Arkansas ) County of Washington) CONTRACT THIS AGREEMENT, made and entered into this 0? — day of 1980, by and betheen the City of Fayetteville, Arkansas, Party o the First Part, hereinafter called the Owner, and Jerry D. Sweetser, Inc. of the city of Fayetteville, Arkansas , Party of the Second Part, hereinafter called the Contractor, WITNESSETH: Whereas, the Owner has called for bids for the Relocation and Adjust- ment of Water and Sewer Facilities, Fayetteville, Arkansas, as set out in the plans and specifications; and WHEREAS, pursuant to the call for bids under said plans and specifications, the Contractor is the lowest and best bidder for the construction of said Relocation and Adjustment of Water and Sewer Facilities; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Relocation and Adjustment of Water and Sewer Facilities relative to reconstruction of Highway 62 from the Highway 71 Bypass to Garland Avenue, Arkansas Highway Commission Job No. 4835, including all work for a complete installation as set out in plans and specifications Fy-73, for the unit and lump sum prices bid in the Proposal, all of which become and are a part of this contract, the total sum being Three hundred thirteen thousand Three hundred Twenty-three and 05/100 dollars ($ 313,323.05 ), such sum being the agreed amount upon which bonds and liabilities are based, and at his own expense and cost furnish all labor, materials, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the installation of said facilities in accord- ance with the conditions and prices stated in.the Proposal attached hereto and made a part hereof, and in accordance with the plans, which include all maps, plans, blue prints and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the effective date of the Notice to Proceed, and fully complete all work within one hundred twenty (120) calendar days thereafter. 6-1 • 4 0] TheOwne agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Proposal therefor, subject to additions and deductions as provided in the General Conditions and in Methods of Measurement and Payment, as provided hereafter in the specifications, and to make payment on account thereof as provided below. As soon as is practicable after the first of each calendar month, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages, the sum of one hundred dollars (100.00) per day for each calendar day of delay in completion, said amount being fixed and agreed upon by and between the parties hereto because of the impracticability and extreme difficulty in fixing amounts of damage Owner would sustain. Said amounts of liquidated damages shall• be deductible from any amount due the Contractor under the Final Estimate of said work, after the completion thereof, and the Contractor shall be entitled only to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of his employees, or by any other contractor employed by the Owner, or by changes ordered in the work, or by strikes, lock -outs, fire, unusual delay in transportation, extremely abnormal weather, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of (1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed hereunder, or (2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should the surety fail, neglect or refuse to carry out said contract, (3) said Owner may complete the contract at its own expense, and maintain an action against the Contractor and the surety hereto for the actual expense of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. 6-2 gi; • zl,F,..- 1 , ;HIV • • I A‘ .0 -• Neither the final certificate nor payment nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship; and, unless otherwise specified, he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness. All questions arising under this article shall be decided by the Engineer, subject to arbitration. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and seals, respectively. Contractor have hereto Jerry D. S set "uh"0 their hands and • eetser, Inc. tnes es Attest onnie J. Goring, City Cl CITY OF FAYETTEVILLE, ARKANSAS ......... John Todd, Mayor 6-3 1 1 1 I 1. 1 1 1 MtCRO DATt REEL IMO SPECIFICATIONS Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas CONTRACT CITY OF FAYETTEVILLE Relative to Reconstruction of Highway 62 from Highway 71 Bypass to Garland Avenue Arkansas Highway Commission Job No. 4835 • Plans No. Fy-73 Dated April, 1980 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas • 0. T. WILLIAMS. JR. L. CARL YATES Re: MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS May 16, 1980 Tabulation of Bids Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas Our Plans No. Fy-73 Ms. Angela R. Medlock City Clerk City of Fayetteville Drawer F Fayetteville, Arkansas Dear Ms. Me4dlock:,; • 4 4. MIN 909 ROLLING HILLS DRIVE FAYETTEVILLE. ARK. 72701 TELEPHONE 443-3404 Enclosed for your files are three copies of the •-•- Tabulation of Bids received May 15, 1980, for the city's Highway 62 Relocation and Adjustment of Water and Sewer Facilities project. If you should need additional copies, just let us know. JET:jr Enclosures Cordially, Joe E. Tarvin 13. 8 8" Gate Valves 12. 8 12" Butterfly Valves 11. 3 24" Butterfly Valves 10. 885 L.F. 6" Water Line 9. 1,455 L.F. 8" Water Line 8. 2,805 L.F. 12" Water Line 7. 10 L.F. 6" CA Pipe 6. 100 L.F. 8" CA Pipe 5. 320 L.F. 12" CA Pipe 4. 170 L.F. 6" DI Pipe 3. 45 L.F. 8" DI Pipe 2. 130 L.F. 12" DI Pipe 1. 1,190 L.F. 24" DI Pipe Contractor, License No. Address Item No. Quantity, Unit and Item -------1 0 (3 • 0 0 - -4 cs • 0 . 136voi•g 1 03 •.c. -4 TS •:•••, ‘. 1 4, •ta d= ,-, -4--) ---- LI) *4. 0 VN p) pia . Unit n 0 I. x g 172 Cn. 'a 4 C:3 *03 -- 0 1 •Lo . . M. -Z *-,:. . 1 .• lb r ..... SO o Os lo 0 k),) d 0 •0 0 ...- az '''Z ,t,... 5L, co Co *es 0 --• 94 ••0 V. Q. ,o <A g "J '3 - if, iz . - +6 P '• Ito .... _A til • ,e0 strt z --- , -S) -4Z '6. 0 ' "I 0 , "t--- u•I •r• A o .4- -•• c)•' .•rt th 01 x3 "P- 1 s- 0 •0 0 ss St 34 kri -1 . C h o 7.-i 0 0 12 c.).) • 0 01012 00 5; Ae% 0 it, cal -3/4 fa; v% 0 0 00 Unit I 4> tn kr •8 1 0 •g :4) u):: 0 1 r_ 5•••• ...0 oa ..,_ F..) . ° SA X> * *8 - %to-% -1 ''' t'' 1 1? a A,„ 31")=it 1 4--Z1 zi 1 Ell s'es f• r--- 4..)) --. Zry, 1 r _ -, t. ri 't -.. --) 1 0 1 0ti`-- tR 9 u,s cot cbc, LA 00 6" o --- c, 0 ---- rut) lin -- al , ----- )1/4.) ,t.. 2,..) ,8 .9,,, 453 %vs •-- 04 fig Unit C70 K et- lw It 2 — ._. €- nit) - 21::PIMAniaJ co an — oe. 12 ---, n IS 6 4 •- 6" 5L., 4\ 0 rt i 3; (./,GL '6 i:-•:, 'g c-- t8 aks)...0 tg i% 49 ig tg ‘4o‘ it t 0 k)4 It. id% 43 111) i 0 jg 12 . I% Unit I I% It It 93 1 -- 0 it (8 ,...1 teg Total I - .3 im IR td .0 it? IR 1 13 10 Ig 48 SCo R) el vg •---- ILA) ‘fz? ---. 0 IR 9...,, tip ig 0 ‘t, 6' 18 --.. R) f‘R -- 0 --) it F 7; :3,_ 0 0 • g t .tc- 4- • x en LP. '1- --- ed0 IR 4-- 18 ._ r 1 7:‘ 18 o ,8 -.z St-> ° ° 10 th pa 0 n is 0 0 10 0 00 7., 0 10 c) 0 ,91% lo r: 0 bet"°0 i° O -q-• lia sp 12 tp f- Zit — 5 di a Z 6% , A- p b tn ultatitb 0 10 o oh.) ig 0 •-- 0 0 to 0 .. it g2111A3113AVJ SVSNVNNV NOI1V30138 0 1N3W1SOrOV JO moiivinevi 1 n) %.o • N.) NJ CO r• :'1 a. CA CD Z ID n 28. 39 L.F. 6" DI Sewer 27. 90 L.F. 24" DI Sewer n) a• la 0 r :c 0 CO 0 0 = 0 -1 (D rt CD 25. 1,955 S.Y. Asphalt Repair 24. 15 S.Y. Asphalt Repair 23. 198 S.Y. Concrete Repair 22. 14 Ties to Exist. Lines 21. 1,575 Tons SB -2 Backfill 20. 430 L.F. 3/4" Cop. Line 19. 15 L.F. P' Copper Line 18. 30 Water Services 17. 8 Fire Hydrants 16. 20,000 Lbs. CI Fittings 15. 1 2-1/4" Gate Valve 14. 7 6" Gate Valves e., s2 --- 98 9t; 1 013 ctx' . -15 00 ic)..4802/J-cak Arai 70.402A (bernS-1-• bcp• I 0 ilh' 0 1 '8 LA iR *ce) 'IS •Z'.6.... -)•s 9.) 0 6 00 sn . 0 52..> ._. pl c--- r N.)k)4301Z-_,Oki" 6 g ......... . ..4en cm oo • % c> • g 3_, . g -- _r_ — 7.--a fs51 .... c• -.Z 6 g ,-.3 . Cel) • g CADIS' 4 0 500 • 8 6 % --ai •‘Stj %tit su ' CA kiJ 0 \SI it.N)(1) 1 --' 0 --- .11.) 0 9.....) 6.-- 0 18 ' 6 kfal‘) c, bi --,&,. 1 g 1 ‘(' ‘<gtI% 0 ' 8 NS) Lx) - SI-- --.1. .4j 1,fi -...... ,.....z. •L__ -L..- • 0 11% -.. 4- ° 11-x) -4) - 0-o- '0 4--. ___. ---...„ t .0 •,-_-Z : So 9s- 0) - 3-3 1g i 0 1ttns ',7: `18 It. 41 IT) g i•co-isi--- oat, c".v(N) i, 0\ ‘%, G '' ‘13 Unit c *)8 18 ,LS kiN St-) --c- 0 ---- LSI 6-b..% - •--- ---t) 00 --I g S ----a A ‘)• $:)c) 7CS -Z --- tin \ S.-% c,„ y€ o e SO co r o 10 tA 18 C5 $., 16 c., tv,A 1(?) 12, c E. 0 o ID 7.51 C) 0 10 cic i 2 ' --- o 10 .._.1 CM 0 10 0 o 10 18 • •A 10 51-_, -0 --3 --I SA -P.- R..) -_-_-_ 101 z--- ---1 L-> .7-- _.----' cPifr S•5 \---- ---)- - kj 6' 5, Zoo/ 103 0 )7, e) Ii! aL,) o dync-Libio. cn 0 0 0 18 u) _cm, --6, 0 12 CO lg s_3 CO' _ 8 118 \ig 11‘;‘) 18 Is '15 a) Unit I 0 f8 ••••) 12 0 18 12 18 18 U.1 n 16 Us n gl) 1.: " 'c' -1 re, - ra 0 leg oo IO ig .1) 0 i° 0 t og IR o is 18 Ig • 45. L.S. Highway Crossing 6 44. L.S. Highway Crossing 5 43. L.S. Highway Crossing 4 42. L.S. Highway Crossing 3 41. L.S. Highway Crossing 2 40. L.S. Highway Crossing 1 39. 250 C.Y. Rock Excavation 38. 205 L.F. 4" Service Line 37. 20 6" x 4" Wyes 36. 20 Service Installins. 35. 1 Manhole Adjustment 34. 11 Abandon Manholes 4) co.) . 00 r . m . m X • 0 CD -a rt 7' tat N3 • . 2 al 0 , r 0 -- CD Lc) 31. 310 L.F. Depth 8-10' 30. 730 L.F. Depth 6-8' Contractor Item No. Quantity, Unit and Item <A oto .S) c-- .0 cs\ 0\ 0 0 " 2--) 6o •63 (51 -.-_--1 g-' •--) o ., 9.). cr1.4 10 . 90 ° a8 E. rt .0 o *8 .8 *2 Total -.1 su (-B 0 .0, ?-, --. ,-) 0 c) .8 ...57 (J 0 0.. -e; -S30 03 0 1 :— -0 k-1\ .8 Lt. E. c>c c)c) .0 0 g3 •g ..,-• .sn ---1 b —1 -.CJ 51-. <SA 0 •0 CD 4-L- 0 o 63-• .40 •c) yos c-.) •8 ..„ i2 '8 ‘kil . it a rib L \ ) 0 ,1 t, ‘t, art p '0 ) o C> ,2 % 9c -s• %,) o 6-.-- 3i_r _..) c. „C)0.• 7;7- 1--) it% ce 3 9-> :Ik)- (J1 04.1:— -"kn TO- its 2-.) . no4 : 1/4-r-.3 9-) t- CP. "..., 0 - e r\--- Do 0 :-.9->-- c>c o c-...,-- m -•-• c3 ..3.:-- .0,--- • r--.,. 9- 1:::. cT. — \s‘ , 0 ..n , 18 o oi° o o CD ...._ \ 6 \e; ig 06) g +8 g \B Unit ‘s A r stm 18 51._,....._.)t.., \g 0 18 ; co L>i •i -- :1.5\e:._\\3....7..._ \ZI :roc) VI 2 0 \ci \c8 al z skr„ ti"1 ig ,g - • :2, VB \-6 ‘g Ag ,g ,8 2 12 10 10 18 k% It 10 '2 Unit E I:, 10 crog ig Is rt a' Li' :4-- pra ; 1$ 0 0 istc; ° R 0 19 ‘ g8 o 0 o 0 to R cis C5 ,2 g ice) 8 1Z 0 ,R 0 18 . ,2 ro --1-) ---0 •-f 18 40 N-,,, Unit t- ? - -t- C.) uy 0 kil \A ig q ig ..) oo c.51 g 18 u, 5 IS; t 1? 1c.• ig Total LP W C ,n ..0 ig —3 10 pc. ocs 18 Itc3 G--, vg 12 o l'%) ii ig ig 18 12 a 'saleA Flue DE7 3tD, TOTALS, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 im TOTALS 47. L.S. Highway Crossing 8 46. L.S. Highway Crossing 7 Contractor Item No. Quantity, Unit and Item 0 0 Unit Total U4 tri c) • (04 •$- ..:— "`10‘ 'IN Unit -7- 0 0 S ‘b W D Unit •-•Z ID iu --..-. VI Poo 0 la G --- a Unit -- .9 1; p •-•P U3 vi ig a : --c- 0 0 18 n io Ykr- t•N •Nr- •• • • 0. T. WILLIAMS. JR. L. CARL YATES Re: MICROFIlAitO MCGOODWIN, WILIATIIS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS October 6, I980 Owner's/Engineer's Protective Liability Policy Relocation and Adjustment of Water and Sewer Facilities Project Fy-73 er t dm- gar, %I Li 1 ' • ms...vrCtigii!o; Koettel City Clerk City Of Fayettettille. • Drawer F Fayetteville, Arkansas • - - ar 0*. =won 4 • • S Ay/ 7 66-6? 909 ROLLING HILLS DRIVE FAYETTEVILLE, ARK. 72701 TELEPHONE 443-3404 Dear Ms. Koettel: We have only now received the certificate of insurance for the Owner's/Engineer's Protective Liability insurance for the above project. However, this policy has been in effect since May 29. This certificate of insurance is enclosed, and should be inserted in the insurance folder just inside the front cover of the contract speci- fications. CRN:jr Enclosure !QM Cordially, alit/464A Charles R. Nickle LINITEDVAITIES FIDEL' 1 Y \ND GUARA\-TY COMPANY ; r • OWNERSAND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR DECLARATIONS Item I. NAMED INSURES and Address (No. & Street, City, County, State, bp Code) CO Cr;ITY OF FAYETTEVILLE 4-1 CV FAYE TTEV I LLE, WASHINGTON, ARKANSAS c.3 . Item 2. Policy Period From MAY 29 1980' to MAY 29, 1981 .12:01 A.M. standard time at the address of the Named Insured as stated herein. Policy Number 3CC 121906 Renews NEW • , The Named Insured is: D Individual p Partnership D Corporation r Other (specify) C I TY, Business of Named Insured CITY Agent or Broker and Address EASON & COMPANY, I NC . FAYE TTEV I LLE, ARKANSAS Item 3. The insurance afforded is only with respect to such of the following Coverages as are indicated by 'specific premium charge or charges. The limit of the Company's Habil. ity iagainst each such Coverage shall be as stated herein, subject to all the terms of this policy having reference thereto. COVERAGES -- " LIMITS OF LIABILITY ADVANCE PREMIUMS I A. Bodily Injury Liability , _ . 500 , 000 each occurrence I B. Property Damage 'Liability . $ 100 , 000 each occurrence. Audit Period: Annual, unless otherwise designated below. 0 Semi-annually D Quarterly 0 Monthly • If the policy period is more than one year and the premium is to be paid in installments, premium installments are payable as follows: Effective Date $ .. . ; 1st Anniversary $ ; 2nd Anniversary $ 162. • $ 300 , 000 aggregate $ 76 Total Advance Premium $ 238 JERRY D. SWEETSER, INC. Av.= Mailing Address: P. O. BOX 579, FAYE TTEV I LLE, ARKANSAS 1.0CltiOrl of Covered Operations: I; ;. • RELOCATION & ADJUSTMENT OF Hwy. 62 WATER & SEWER TREATMENT . X Check here if the following provision is 2pplicable: The person or organization designated above as the Contractor has undertaken to pay the premiiim for this pelicy and slIal I he "entitled In receive any r eturn premiums, if any. which may become payable under the terms of this policy. , CstuAlli n (1-74) • (SEE REVERSE SIDE FOR COVERAGE PROVISIONS) Countersigned by AGENT'S COPY rraleAl uthorized Representative (Rev. I-1-73) Description of Hazards (PE The rating the exclusions 51) Code No. classifications below do not modify or other terms of this insurance. N. Premium Basis Rates - Advance Premiums Bodily Injury Property Damage Bodily Injury . , t Property Damage CONSTRUCTION RA I LROADS)-0:EXCLUDING 'BOARD OPERATIONS --OWNER (NOT OPERATIONS ON SHIPS ••••• . . . . 4116292 Cost 31.3, 323 . Per 3100 .O'+7 of Cost .022 • 1'+7. 69. Increased Endorsement #1 Limits Basic Charge (PE 48) 99901 Nt3. 42, • GL 2007, ADDITIONAL INSURED GL onig Total Advance Premiums . 15. $ , ' 7• $ Ilee;nn can Af r.... •••••• JERRY D. SWEETSER, INC. Av.= Mailing Address: P. O. BOX 579, FAYE TTEV I LLE, ARKANSAS 1.0CltiOrl of Covered Operations: I; ;. • RELOCATION & ADJUSTMENT OF Hwy. 62 WATER & SEWER TREATMENT . X Check here if the following provision is 2pplicable: The person or organization designated above as the Contractor has undertaken to pay the premiiim for this pelicy and slIal I he "entitled In receive any r eturn premiums, if any. which may become payable under the terms of this policy. , CstuAlli n (1-74) • (SEE REVERSE SIDE FOR COVERAGE PROVISIONS) Countersigned by AGENT'S COPY rraleAl uthorized Representative (Rev. I-1-73) .) This endorsement forms a part of the policy to which attached. effective on the inception date of the policy unless otherwise. stated herein. Endorsement effective (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Policy No. • Endorsement No. Named insured Additional Premium s 22,1 ( INCLUDED) Countersigned by ADD' TIONAL INSURED: MCGOODWINJ, WILLIAMS & YATES, INC. 909 ROLLING HILLS DRIVE 'FAYETTEVILLE, ARKANSAS This endorsement modifies such insurance as is afforded by the,provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE • MANUFACTURERS AND. CONTRACTORS LIABILITY INSURANCE • OWNERS AND CONTRACTORS 'PROTECTIVE LIABILITY INSURANCE OWNERS, LANDLORDS AND TENANTS LIABILITY INSURANCE SMP LIABILITY INSURANCE . -A • (Ed. 0173) (Authorized Rep entative) ••••••••••• ••••••• , ADDITIONAL INSURED (Engineers, Architects or Surveyors) provisions: It is agreed that such insurance as is afforded by the Bodily Injury Liability Coverage and Property Damage liability Coverage applies. subject to the following • • ' 1. The word "insured" also includes any architect, engineer or surveyor engaged by the named insured but only with respect to liability arising out of the premises of the named insured or operations pertormed by or for the named insured. . ,i 2. The insurance with respect to such architectsengineers or surveyors does not apply to bodily injury or property damage arising out of the rendering of or the failure to render any professional services by or for the named insured, including• • . (a) the .preparation or approval of maps, plans, opinions, reports, surveys, designs or specifications and , (b) supervisory, inspection or engineering services. . GL 2007 01 73 ": • • tr• t • • 1. • m •./i • NME-.1 " • ' .4ajtv,:yrd);:.L • re ;0:*•d;ilt.r. cr • C;"V A ▪ , ;; „. • I"; .4 . -; •SYrk • .• - • j.r.•-•-"te • 744 r -I • • •. °1‘ 1444.117.Th • .9 4. - The contract and bonds have not been dated. If you will date the city's copy, and return the remaining copies to me I will date and make dis- tribution. Insurance certificates are in an envelope inside the front cover. Also, an envelope is provided for change orders, if any should be needed. All bids are returned, with the low bid being intact in a complete set of specifications. Jackie Ross 0. T. WILLIAMS. JR. L. CARL YATES Re: MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS November 6, 1980 Insurance Certificate Relocation and Adjustment Water and Sewer Facilities Plans No. Fy-73 Fayetteville, Arkansas MN. Mrs. Vivian D. Koettel City Clerk City of Fayetteville Fayetteville, Arkansas Dear Mrs. Koettel: 909 ROLLING HILLS DRIVE FAYETTEVILLE. ARK, 72701 TELEPHONE 443-3404 Enclosed is a Certificate of Insurance on the above referred to project. Except for the Owner's/Engineer's protective liability policy, the original insurance policies have expired, and this certificate lists the newly issued policies now in effect. This may be inserted in the insurance envelope in the inside cover of the contract specifications. FWB:jr Enclosure -MO Sincerely, Frank W. Blew 0 0 citora,1 0 THIS THI CERTIFICATE .ERTIFI ATE CL3/10219WPI*JUJ"MO 0 @GM:Kap IS ISSUED DOES FAST AS A ATTER OF AMEND, EXTEND of INFORMATION OR ArTER THE ONLY AND COVERAGE CONFERS AFFORDED NO BY RIGHTS UPON TH POLICIES THE CERTIFICATE LISTED BELOW. OLDER. NAME AND ADDRESS OF AGENCY Eason & Co., Inc. P.O. Box 4217 Fayetteville, AR 72701 • COMPANIES AFFORDING COVERAGES COMPANY LETTER A United States Fidelity & Guaran COMPANY B LETTER NAME AND ADDRESS OF INSURED Jerry D. Sweetser, Inc. P.O. Box 579 Fayetteville, AR 72701 COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER This is o certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE Limits of Liability in Thousands (000) EACH OCCURRENCE AGGREGATE A GENERAL LIABILITY a COMPREHENSIVE FORM O PREMISES—OPERATIONS ▪ EXPLOSION AND COLLAPSE HAZARD 0 UNDERGROUND HAZARD Ei PRODUCTS/COMPLETED OPERATIONS HAZARD 0 CONTRACTUAL INSURANCE LI BROAD FORM PROPERTY DAMAGE 0 INDEPENDENT CONTRACTORS O PERSONAL INJURY 1CCD70874 10/30/81 BODILY INJURY PROPERTY DAMAGE '500 $500 300 BODILY INJURY AND PROPERTY DAMAGE COMBINED $ PERSONAL INJURY A AUTOMOBILE LIABILITY COMPREHENSIVE FORM O OVVNED El HIRED O NON -OWNED BAP346202 10/30/81 BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) $ PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED $500 WORKERS' COMPENSATION A and EMPLOYERS' LIABILITY 1393900765007— -- 10/30/81 STATUTORY $100 • IL/CH ACCIDENT, OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail ... days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville Relocation & Ad3ustment of Water & Sewer Service • ACORD 25 (Ed. 11-77) =-1 October 28 1980 DATE ISSUED - AUTHORIZED REPRES • AT VE EXCESS LIABILITY BODILY INJURY AND UMBRELLA FORM PROPERTY DAMAGE $ OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION A and EMPLOYERS' LIABILITY 1393900765007— -- 10/30/81 STATUTORY $100 • IL/CH ACCIDENT, OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail ... days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville Relocation & Ad3ustment of Water & Sewer Service • ACORD 25 (Ed. 11-77) =-1 October 28 1980 DATE ISSUED - AUTHORIZED REPRES • AT VE MICROntivia CHANGE ORDER ORDER NO. 1 OAT E Sept. 16, 1980 STATE Arkansas CONTRACT FOR Water and Sewer Facilities - Plans No. Py -73 k COUNTY Washington OWNER City of Fayetteville, Arkansas To Jerry D. Sweetser, Inc. You are hereby requested to comply with Post Office Box 579, Fayetteville, Arkansas 72701 • (Contractor) the following changes from the contract plans and specifications: Description of Changes (Supplemental Plans and Specifications Attached) DECREASE in Contract Price - INCREASE in Contract Price Item 1. 3,290 L.F. 24" Ductile Iron Pipe Class 51 @ $33.25 L.F. Item 16. 5,320 Lbs. Ductile Iron Fittings @ $1.25 Lb. 4 - 24" 450 Bends 2 - 24" 22-1/2° Bends 1 - 24" 11-1/4° Bends TOTALS NET CHANGE IN CONTRACT PRICE 5 109,392.50 6,650.00 116,042.50 116,042.50 JUSTIFICATION:. To complete 30" and 24" water supply loop around city. The amount of the Contract will be (DZIalelPkyd) (Increased) By The Sum Of: Thousand Forty-two and 50/100 One hundred Sixteen 116,042.50 The Contract Total Including this and previous Change Orders Will Br Thousand Three hundred Sixty-five and 55/100 Dollars (S 429,365.55 Dollars (S Four hundred Twenty -Nine The Contract Period Provided for Completion Will Be (Increased) (OrdiFactwaiuSaagargU)• This document 'II become a supplement to the contract and all provisions will apply hereto. /in Requested "7-74/ AVViae4-'* Donald B. Bunn, City -En ineer Recommended ...12 t i‘ Frank W.231ew --4o..;miceis A rchitactr En pm 0o0 A t d ccep e - / I P Jerry D1 St.leetser-,- //4-7/4 Approved By e John d, Ma/or (Centracier) (Name arid Title) 51 ?–/ - 5/ (Dare) (I) a re) P f5Z \ .Th Day& (ID are) 17 — CtTh (Date) 1 1 1 //1 It, 1. 4Workmen's Compensation ‘'Compreheasive.Aute. Liability r:Comprehensive General_flab. ..-Owner's/Engineer's 1? Protective Liability Type of Policy. INSURANCE 4 • ••••- 04 • Expiration Date 10/30/80 10/30/80 10/30/80 Bound Renewed to 1 1 1 1 1 1 1 1 1 1 CHANGE ORDERS Increase of DeCrjiase Adjusted Days lidded No. in Contract Amount Contract Price to Contract .1.=•=1 1 1 1 1 1 1 1 1 1 1 SPECIFICATIONS Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas Relative to Reconstruction of Highway 62 from Highway 71 Bypass to Garland Avenue Arkansas Highway Commission Job No. 4835 Plans No. Fy-73 Dated April, 1980 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas ir TABLE OF CONTENTS Advertisement for Bids ---------------------------------- =--- Instructions to Bidders ----------------- ---------------------- *Certification of Bidder Regarding Equal Employment Opportunity ------------------------------------ Minimum Wage Rates ------------- ------------------------------- Proposal-------------------------------------------- - ------- Contract----------------------------- ----- --- -------------- Performance Bond - -- ------------- ---- ---------- -------- Payment Bond - --------------------------------------- -- -- General Conditions -------------------- -------------"----'--" General Specifications Pipe and Pipe Laying ---------------------------------`----- Pipe Sewers ----------------------------------------• Detailed Specifications 1. Scope of the Work• -----------------------------'---- 2. General Specifications -------------------------- - 3. Completion Date and Liquidated Damages ----------- - 4. Safety and Health Regulations and Contract Requirements 5. Quality of the Plans = --------------- ------------- 6. Elevation Data --------- -------------- --- ---- 7. Lands and Rights of Way ----------------=---------- 8. Sequence of the Work ------------------------------- 9. Certificates of Compliance ----------------- ------ 10. Open Specifications -------------------------------- 11. Notice to Proceed ---------------------- ----- ----- 12. Payments -------------------- --------------- -- 13. Changes in Work ---------------------------------- 14. Extra Work or Deletion of Work ---------------- 15. Continuing Responsibility of the Contractor -------- 16. Preparing Rights of Way ------------ --------------- 17. Protecting and Replacing Utility Services - ------- 18. Traffic Control ----------------------------------- Page No. 1-1 2-1 3-1 4-1 5-1 6-1 7-1 7-3 8-1 *Page 3-1 is to be filled in and submitted with bid. I Detailed Specifications continued Page No. 19. Materials of Construction -Water and Sewer Lines ' A. Pipe ---------------------------------- ---------------- 17-8 B. Gate Valves ------------------- ------------------=----- 17-9 C. Butterfly Valves -----------------=-------------------- 17-10 ID. Valve Boxes ------- ------------------------------- --- 17-10 E. Fire Hydrants -----------------------------------=------ 17-10 • F. Cast Iron Fittings (Mechanical Joint) ------------------ 17-11 G. Pipe Bedding Material 17-11 H. Manhole Rings and Lids 17-11 I. Concrete for Manholes ---------------------------------- 17-11 ' K. Mappingsle-------------------------------------------- 17-11 K. Tapping Saddles 17-11 L. Corporation Stop - 17-12 M. Water Service Lines ------------------------------------ 17-12 N. Fittings for Connection of New Water Service Line to Existing Service Line -------------------------- -- 17-12 0. Meter Yokes -------------------------------------------- 17-13 P. Meter Boxes -------------------------------------------- 17-13 Q. Meter Box Covers --------------------------------------- 17-13 20. Water Line Construction A. General Line Construction ---------------------------- - 17-14 I B. Excavation --- --------------------------------------- 17-14 C. Pipe Bedding ------------------------------------------- 17-15 D. Valves --------------------- ----------- ------ --- -- 17-15 ' E. Fire Hydrant Installations ---------------------------=- 17-15 F. Pipe Encasement ---------------------------------------- 17-16 G. Water Meter Relocations -------------------------------- 17-16 ' I. System Tie -Ins --------------------------------------------- 17-16 I. Testing 17-16 J. Flushing and Sterilization ---------------------------- 17-16 K. Fittings ----------------------------------------------- 17-17 I. 21. Sewer Line Construction A. General Line Construction --------------- --- ----- ---- 17-17 B. Pipe --------------------------------------- --------- 17-17 I. C. Common Excavation. -------------------------------------- 17-17 D. Rock Excavation for Sewers ----------------------------- 17-17 E. Pipe Laying --------------------------- ----------`----- 17-18 G. Tree hedding--------------------------------------------- 17-18 G. Trench Backfill 17-18 H. Manholes - 17-19 I. Cast -In -Place Manholes --------------------------------- 17-19 ' J. Existing Manhole Adjustment ------------- -------------- 17-20 K. Pipe Deflection ---------------------------------------- 17-21 L. Infiltration-Exfiltration Tests ----------------------- 17-21 M. Sewer Service Connections ------------------------------ 17-22 22. Trench Backfill--------------------------------------- --- 17-23 23. Cleanup ---------------------------------------------------- 17-24 24. Street.Cuts and Repairs ------------------------------------ 17-25 I I II I I I I I II I I I I I I Detailed Specifications continued 25. Asphalt and Concrete Cut and Replacement (Other than Highways) ------------ 26. Highway Crossings (State or U.S.) --- 27. Special Highway Crossings ----------- 28. Final Inspection -------------------- 29. Methods of Measurement and Payment -- Page No. 17-26 17-28 17-30 17-30 17-31 H I I ADVERTISEMENT FOR BIDS Notice is hereby given that, pursuant to an order of the Board of Directors of the City of Fayetteville, Arkansas, sealed bids will be received at the ' City Hall until 2:00 p.m. on the 15th day of May, 1980, for furnishing all tools, materials and labor and performing all necessary work, in the con- struction of Relocation and Adjustment of Water and Sewer Facilities ' relative to reconstruction of Highway 62 from the Highway 71 Bypass to Garland Avenue, Arkansas Highway Commission Job No. 4835, as follows: ' Approximately 1,200 linear feet of 24 inch water line, 3,200 linear feet of 12 inch water line, 1,600 linear feet of 8 inch water line, and 1,100 linear feet of 6 inch water line, along with valves, fittings, fire hydrants, new water service installations, highway crossings and various tie-ins to the existing system as required; and I. Approximately 2,200 linear feet of 6 inch. gravity sewer line, new sewer service installations, manholes, wyes and other work required for a complete installation. All necessary work, materials and every item of construction shall be in accordance with the plans, profiles and specifications as approved by the Board of Directors. Said plans, profiles and specifications are on file ' in the office of the City Engineer of said City and in the office of McGoodwin, Williams and Yates, Inc., 909 Rolling Hills Drive, Fayetteville, Arkansas 72701. Copies may be obtained from the office of said engineers upon the deposit of $30.00. The full amount of the deposit price will be returned to bona fide bidders who return the plans. Contractors shall make such inspection and studies of the site of the work as to thoroughly familiarize themselves with all conditions to be encountered. Bids will be opened and considered at a meeting of the Board of Directors to ' be held at the City Hall on the above specified date and at such adjourned meetings thereafter as may be necessary. I. Each bid must be accompanied by a certified or cashier's check or surety bond in the amount equal to five percent of the whole bid, said bond to be issued by a surety company licensed to do business in the state of Arkansas; said bond or check to be retained as liquidated damages in the event the ' successful bidder fails, neglects or refuses to enter into the contract for the construction of said work and furnish the necessary bond within ten days from and after the date the award is made. ' Bids must be made upon the official proposal sheets contained in the specifications, and such proposal sheets shall not be removed from the remainder of the contract documents. d I H I I I El All bids shall be sealed and the envelopes addressed to the City Clerk, City of Fayetteville, Post Office Drawer F, Fayetteville, Arkansas 72701. All bids shall be plainly marked on the outside of the envelope specifying that it is a proposal or bid for "Relocation and Adjustment of Water and Sewer Facilities" and the time for opening of bids. The name of the bidder shall also be shown on the outside of the envelope. The attention of all bidders is called to the fact that they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. The Board of Directors reserves the right to reject any and all bids and to waive any irregularities in the proposal deemed to be in the best interest of the City. The City further reserves the righttowithhold the awarding of the contract for a period not to exceed 30 days after the receipt. of bids. tDated the 28th day of April , 1980. I I L G I I I I I /s/ Angela R. Medlock Angela R. Medlock, City Clerk 1-2 INSTRUCTIONS TO BIDDERS ' 1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans, profiles, specifications and estimates of the Engineer on file in the office ' of the official as set out in -the Notice to Contractors shall constitute all of the information which the Owner shall furnish. No other information given, or soundings made by the Owner or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, plans, ' profiles, specifications and estimates, or be binding on the Owner. Prior to submitting any bid, bidders are required to read carefully the specifications, contract and bonds, to examine carefully all plans, profiles, and estimates, Ito visit the site of the work to examine carefully local conditions, to inform themselves by their independent research and sounding of the difficulties to be encountered, and to judge for themselves of the accessibility of the work and the quantities and character of the materials to be encountered, and all ' attending circumstances affecting the cost of doing the work and the time specified for its completion; and to obtain all information required to make an intelligent bid. ' Bidders shall rely exclusively upon their surveys, estimates, investigations, soundings and other things which are necessary for full and complete infor- t nation upon which the bid may be made and for which a contract is to be awarded. The Proposal, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full know- ledge of the difficulties and conditions that may be encountered, the kind, ' quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the plans, profiles, specifications and estimates and all provisions of the contract and bonds. The submission of a bid shall constitute the acceptance of these provisions. 2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of quantities, ' approved by the Owner and on file in the office of the official as set out in the Notice to Contractors, is approximate only, and shall be the basis for receiving unit price bids for each item, but shall not be considered by the bidders as the actual quantities that may be required for the completion of ' the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and aid in determining the lowest and best bidder for the purpose of t awarding the contract, and will be used as a basis for fixing the amount of the required bonds. 3. BIDS AND BIDDING FORMS. A copy of the plans, profiles, specifications, ' Engineer's estimate and bidding forms may be obtained as provided in the Advertisement for Bids. ' All papers bound with or attached to the Proposal forms are necessary parts thereof and must not be detached. ' Bids must be made out in ink on bidding forms included as part of these plans and specifications. All bids shall be sealed and filed as provided in the Advertisement for Bids. 1 Instructions to Bidders 2-1 II No bidder shall divulge the information in the sealed bid to any person whomso- ever, except those having a partnership or other financial interest with him in the bid, until after the sealed bids have been opened. Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the Instructions to Bidders may be rejected as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. 4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit price for each item or work named in the Engineer's estimate of quantities of work to be done. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment and apparatus of every description, to construct, erect, and finish completely all of the work as called for in the specifications or shown in the plans. Unit prices bid and totals shown in the Proposal shall not include any of the costs of engineering, advertising, appraising, or printing. The price bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the bidding forms. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures in a Proposal, the amount stated in the written words shall govern. 5. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the various items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Owner. 6. SIGNATURE ON BIDS. If the bid is made by an individual, his firm name must be given, and the Proposal signed by him or his duly authorized agent. If the bid is made by a partnership, the firm name and the names of each member must be given, and the bid signed by a member of the partnership, or a person duly authorized. If the bid is made by a company or corporation, the company or corporate name must be given, and the bid signed by an officer or agent duly authorized. Powers of attorney, properly certified, for agents and others to sign bids must be in writing and filed with the Owner. 7. BIDS OF SUBCONTRACTORS. The general contractor will be required to furnish the names of subcontractors and the amounts of their subcontracts as required by Act 183, Arkansas Acts of 1957. The subcontracts may be for mechanical, electrical, roofing, and sheet metal work. Subcontract amounts must be sub- mitted on a separate list in a sealed envelope and must accompany the bid Proposal. The subcontractor's name and license number shall appear on the outside of the sealed envelope. Subcontractors must be licensed according to the laws of the State of Arkansas. ' 1 Instructions to Bidders 2-2 I I I I I I I H 8. WITHDRAWAL OF BIDS. Permission will not be ,granted to withdraw or modify any bid after it has been -filed. Requests for on -consideration of bids must be made in writing, addressed to the governing body of the Owner, and filed with the representative of the Owner designated to receive bids before the expiration of the time limit for opening of bids. After other bids are opened and read, the bid for which withdrawal is requested will be returned unopened. 9. COMPLIANCE,WITH STATE LICENSING LAW. Contractors must be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors." Bidders who submit proposals in excess of $20,000 must submit evidence of their having a contractor's license before their bids will be considered, and shall note their license number on the outside of their Proposal. 10. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. Each bidder, if requested to do so by either the Owner or the Engineer, shall furnish satisfactory evidence of his competency to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualifications prior to the date of the opening of bids. 11. DISQUALIFICATION OF BIDDERS. Any one or more of the following causes may be considered as. sufficient for the disqualification of bidders and the rejection of bids: More than one Proposal for the same work from an individual, firm, partnership, I or corporation under the same or different names. I 11 I I C I [I I I Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. Unbalanced Proposals in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal, or failure to include all required contract documents. Lack of competency as revealed by the financial statement,•experience, plant and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. A bid by an unlicensed contractor bidding under a licensed contractor's name. Uncomplete work which, in the judgment of the Owner, might: hinder or prevent the prompt completion of additional work if awarded. , Being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. Instructions to Bidders 2-3 L 12. CONSIDERATION OF PROPOSALS. After the Proposals are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Proposals, and the results of the prices will be made public. Until the final award of the contract, the Owner reserves the right to reject any or all Proposals, to waive technicalities, and to advertise for new Proposals, or proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. 13. RIGHT TO REJECT BIDS. The Owner reserves the right to reject any and all bids. All bids are subject to this reservation, and the Owner reserves to itself the right to decide which bid shall be deemed the lowest and best. Due consideration will be given to the reputation, financial ability, experience and equipment of the bidder. 14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening of bids, said length of time not to exceed sixty (60) days except with the consent of the bidder. The awarding of a contract upon a successful bid shall give the bidder no right to action or claim against the Owner upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary bonds approved. 15. BIDDING CHECKS OR BONDS. Each bid must be accompanied by a certified check, or a surety bond issued by a company licensed to do business in the state of the Owner, in the sum of five percent (5%) of the amount of the bid, made payable to the Owner as a guarantee that a contract will be entered into and the required bonds furnished within the required time, in the event a contract is awarded. 16. SEPARATE ENVELOPE FOR BID BOND OR CERTIFIED CHECK. If provided for in the Advertisement for Bids, the bidder shall submit a bid bond or certified check enclosed in a separate sealed envelope firmly attached to the outside of the sealed bid envelope. At official bid opening, the envelope containing the bid bond or certified check shall be opened first, and if the documents are not found in order, the bid shall be returned unopened. 17. FORFEITURE OF BIDDING BOND. The person or persons, partnership, company, firm or corporation to which the contract is awarded shall within ten (10) days after such contract is awarded, execute and deliver the contract and bonds as required; such bonds to be executed and approved (but not dated) prior to the execution of the contract by the Owner. The Owner reserves the right to grant the Contractor such extension of time in executing the contract as it deems necessary in the interest of the Owner. Any applications for extension of time shall be made by the Contractor in writing and signed by proper officials. The inclusion of this provision, whereby extension of time in signing the contract and submission of bonds may be granted, in no way obligates the Owner to act upon any application unless it sees fit to do so. Instructions to Bidders 2-4 Y r C C I I Upon failure of the bidder to execute the contract and bonds within the speci- fied time after the award of#the contract;.he"w 11 be considered to have abandoned said bid, and the Owner may relet same. fly reason of the uncertainty of the market prices of materials and of damages and expenses which the Owner might sustain by reason of said bidder's failure -to execute said bond and contract within the specified time, the bid bond or certified check accompanying the bid shall be the agreed amount of damages which the Owner will suffer by reason of such failure upon the part of the bidder, and shall thereupon immediately be forfeited to the Owner. The filing of a bid under these instructions shall be considered as acceptance of this provision. 18. RETURN OF.BIDDER'S CHECK OR BOND. Checks and bonds deposited with bids will be returned to the bidders as soon as the contract is awarded, except the bond.or check of the successful bidder, which will be returned after the contract is executed and the bonds approved. Unless the Owner has a good reason to hold bidding bonds or checks, the bonds or checks of all except the three low bidders will be returned as soon as the bids have been considered. 19. SUBCONTRACTOR. The Contractor shall not assign or sublet all or any part of this contract without the prior written approval of the Owner nor shall the Contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may ' be required. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the plans, specifications, contract and bonds. I I I I I 20. MATERIAL GUARANTY. Before any contract is awarded the bidder may be required to furnish a complete statement of the origin, composition, or manu- facture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. 21. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with all federal, state and city laws, ordinances and regulations which in any manner affect those engaged or employed in the work, or the materials or equipment used, or in any way affecting the work, and shall in all respects comply with said laws, ordinances and regulations. No claim of misunderstanding or ignorance on the part of the Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. 22. LABOR LAWS. The Contractor shall abide by all federal, state, and local laws governing labor.. The Contractor further agrees to save the owner harmless from the payment of any contribution under the State Unemployment Compensation Act, and the Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the provisions of said Act. 23. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as established by common usage in the city and adjacent community for the various Instructions to Bidders 2-5 I I types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the project. Whenever available, local common labor shall be used and whenever practical, skilled and semi -skilled labor, if available, shall be used. The Contractor and each subcontractor, where the contract amount exceeds $75,000.00, shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Ark. Stat. 14-630). The provisions are summarized below. The Contractor and subcontractor shall: (1) pay the minimum prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor. (2) post the scale of wages in a prominent and easily accessible place at the site of the work. (3) keep an accurate record showing the names and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers and agents. The Owner shall have the right to withhold from amounts due the Contractor so much of accrued payments as may be considered necessary to pay the workmen employed by the Contractor or any subcontractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen. If it is found that any workman employed by the Contractor or a subcontractor , has been or is being paid a rate of wages less than the rate of wages required by this contract, the Owner may by written notice to the Contractor, terminate his right to proceed with the work or such part of the work as to which there has been a failure to pay the required wages and to prosecute the work to completion by contract or otherwise, and the Contractor and his sureties shall be liable for any excess costs occasioned thereby. 24. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to employees, whether such employees are residents or nonresidents of Arkansas. 25. ANTI -KICKBACK PROVISIONS (WHERE APPLICABLE). When provided for in the specifications, the Contractor shall comply with the regulations of the Secretary of Labor made pursuant to the Anti -Kickback Act of June 13, 1934, 40 U.S.C. 276(c), and any amendments or modifications made thereto and shall see that such provisions are included in all subcontracts. A copy of such provisions is included hereinafter in these specifications. 1 Instructions to Bidders 2-6 I L I I I I LI I I I I I I I 26. COMPLIANCE WITH NONDISCRIMINATION IN EMPLOYMENT AND NONSEGREGATED FACILI- TIES REQUIREMENTS (WHERE APPLICABLE). Where Federal funds are used to pay a portion of the cost of a project, the prospective bidder will be required to comply with the provisions of Title VI of the Civil Rights Act of 1964 and Executive Orders 11246 and 11375, and shall include such provisions in appli- cable subcontracts or purchase orders. As a part of his bid, the Contractor shall complete, by word deletion, the paragraph in the bid relative to previous participation in a contract subject to the above, or any preceding similar, Executive Orders. Or, in certain instances, the Contractor, as a part of his bid, shall complete forms provided in the specifications relative to compliance with the above, and execute a form relative to certification of. nonsegregated facilities. 27. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention of all bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for payment of certain taxes on materials and equipment brought into the state. It further provides for methods of collecting said taxes. All provisions of this act will be complied with under this contract. 28. INSURANCE AND BONDS. The successful bidder shall, during the life of this contract, carry insurance and maintain bonds as set out below. A. Insurance. The Contractor shall furnish in the name of the Owner, through the Engineer, certificates of insurance or insurance policies for the following insurance. 1. Workmen's compensation as required by the laws of the state in which the work is to be done. In case any hazardous occupations are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous occupations. 2. .Contractors' public liability insurance and property damage insurance, with bodily injury of $200,000 for each person and $500,000 for each accident; and property damage of $100,000 for each accident and $200,000 as an aggregate limit. This insurance shall be endorsed to cover explosion, collapse and underground hazards, and in certain instances, blasting. 3. Motor vehicle public liability and property damage insurance with bodily injury of $200,000 for each person and $500,000 for each accident; and property damage of $100,000 for each accident. 4. Owner's and Engineer's contingent protective liability insurance. The Contractor shall indemnify and save harmless the Owner and Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries and judgments of every nature and descrip- tion brought or recovered against them by reason of any omission or act of the Contractor, his agent or employees in the execution of I Instructions to Bidders 2-7 the work or in the guarding of it. The Contractor shall obtain in ' the name of the Owner and Engineer (either as co-insured or by endorse- ment), and shall maintain and pay the premiums for such insurance in an amount not less than $100,000/$500,000 limits and with such provisions as will protect the Owner and Engineer from contingent liability under this contract. 5. Until the project is completed and is accepted by the Owner, or is substantially complete and in use as determined by the Engineer, the Contractor is required to maintain builder's risk insurance (fire and extended coverage) adequate to cover fully the insurable portion of the project for the benefit of the Owner, the prime Contractor and subcontractors as their interests may appear. The prime Contractor shall require all of his subcontractors to carry insurance as outlined above, in case they are not protected by the policies carried by the prime Contractor. Each Contractor shall furnish the Engineer with at least six certificates of insurance. In Arkansas, insurance shall be issued by a resident Arkansas agent licensed by the State Insurance Department of the State of Arkansas, or, if issued by an out-of-state agent, such insurance or certificates shall be endorsed or countersigned by a resident Arkansas agent. Insurance companies underwriting the required insurance shall be licensed in Arkansas. Licensed companies are listed in the State Insurance Depart- ment's Annual Report of the Insurance Commissioner. B. Bonds. The Contractor shall furnish both a surety performance bond and payment bond, each equal to one hundred percent (100%) of the contract price. The Contractor is to pay all expenses in connection with the obtaining of said bonds. The bonds shall be conditioned that the Contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials furnished or performed in the construction and installation of such alterations and additions as prescribed in this contract. The surety company issuing the bonds must be a solvent company on the "Surety Companies Annual List" issued by the U. S. Department of the Treasury, and the bonds are not to be issued in an amount greater than , the underwriting limitations for the surety company as set out therein. In Arkansas, these surety companies must be licensed and listed in the State Insurance Department's Annual Report of the Insurance Commissioner. In addition, in Arkansas, the bonds shall be issued, or countersigned, by a resident Arkansas agent. Also, in Arkansas, there must be incorporated in each bond the following: "This bond is given in compliance with Act No. 351 of the 1953 Acts of the General Assembly of the State of Arkansas and Act No. 209 of the 1957 Acts of the General Assembly of the State of Arkansas, the same appearing as Section 51-635 Arkansas Statutes 1957, Cumulative Supplement." Instructions to Bidders ' 2-8 The date of the bonds and of the power.of attorney, must not be prior to the date of the contract. At least four copies of the bond shall be furnished, each with power of attorney attached. Insurance and bonds are to be approved by the Owner. If any bonds or insurance contracted for become unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the Contractor shall promptly, upon being notified to that effect, execute and furnish acceptable insurance and/or bonds in the amounts herein specified. Upon presentation of acceptable insurance and/or bonds, the unsatisfactory insurance or bonds may be canceled at the discretion of the Contractor. Instructions to Bidders 2-9 HUD -4238 -CD -1 (6-66) U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS '- This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors, shall state as an initial part of the bid or negotiations of the contract whether it has partici- ' pated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within 'seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. I I I I I 1 CERTIFICATION BY BIDDER Bidder's Name: Address: 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes No ❑ 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No ❑ 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. Yes No ❑ None Required C' 4. If answer to item 3 is " No," please explcin in detail on reverse side of this certification. Certification — The information above is true and complete to the best of my knowledge and belief. lr� Previous Editions Obsolete GPO 669.931 . 3-1 I I BILL CLINTON, GOVERNOR CHARLES L. DANIELS, DIRECTOR CAPITOL HILL BUILDING LITTLE ROCK 72201 April 24, 1980 1 ' ' McGoodwin, Williams & Yates, Inc. 909 Rolling Hills Drive Fayetteville, Arkansas 72701 ' Re: Relocation & Adjustment of Water and Sewer Facilities Fayetteville, Arkansas Washington County Gentlemen: Enclosed is Arkansas Prevailing Wage Determination Number 79-132 establish- ing the wages to be paid on the referenced project. ' These rates are adopted pursuant to Section 9 (1) of Act 74 of 1969 as amended by Act 275 of 1969 and to Section 5 (d) of the Rules Pertaining to the Administration of the Arkansas Prevailing Wage Law. In compliance with Section Is of the law, this scale of wages must be posted in a "prominent and easily accessible place at the site of the work." If you have any questions or we can be of further assistance, please con- tact Becky Bryant at 371-3024. Sincerely, • Charles L. Daniels d' ' Director CLD:rm ' [1 I I 4-1 [] I I I H I I H I H C I I H I Page 1 of___ ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION -HEAVY RATE DATE: April 24, 1980 DETERMINATION # 79-132 PROJECT: Relocation & Adjustment of Water COUNTY WASHINGTON and Sewer Facilities EXPIRATION DATE: 8-24-80 Fayetteville, AR Bricklayers Carpenters Concrete Finisher Electricians Ironworkers: Structural Reinforcing Laborers: Air tool operator Asphalt heater operator Asphalt raker Carpenter tender Chain saw operator Checker grade Concrete finisher tender Concrete joint sealer Concrete saw operator Form setter Laborer Pipelayer Powderman Vibratorman Painter Pile Driver Leadman Power Equipment Operators: Aggregate spreader operator Asphalt plant fireman Asphalt plant drier operator Batch plant operator Bulldozer Operator: Finish Rough Bull float operator Concrete curing machine operator BASIC H HOURLY I & RATE W $5.75 5.75 5.75 7.00 5.00 4.10 4.00 4.00 4.60 4.10 4.10 4.25 4.10 4.10 4.10 4.30 3.10 4.25 5.00 4.00 5.00 5.00. 4.50 3.75 3.75 4.50 5.50 4.70 4.40 4.65 r Pensions I Vacation Education and/or Appr. Tr. 1 . L I I I 4-2 t. 1 Paget of_3_ ARKANSAS PREVAILING WAGE DATE: April 24, 1980 PROJECT: Relocation & Adjustment of W and Sewei Facilities Fayetteville, Arkansas DEPARTMENT OF LABOR DETERMINATION - HEAVY RATE DETERMINATION TM 79-132 ater COUNTY WASHINGTON EXPIRATION DATE: 8-24-80 I. Power Equipment Operators(cont'd) ' Concrete mixer operator (less than 5 sacks) Concrete mixer operator ' (5 sacks or over) Backhoe, operator -rubber tired (1 yard or less) Cherry picker operator ' Concrete paver operator Concrete spreader operator Crane, derrick, dragline, shovel ' backhoe operator (1' yd. or less Crane, derrick, dragline, shovel backhoe operator (over 1' yd.) Crusher operator ' Distrubutor operator Drill operator (wagon or truck) Elevating grader operator ' Euclid or like equipment operator (bottom or end dump) Finishing: machine operator Forklift operator ' Form grader operator Front end loader operator Finish Front end loader operator Rough ' Hydro seeder operator Machanic Motor Patrol Operator: Finish Rough Mulching machine operator Oiler and greaser Pile driver operator Pub mill operator Roller operator (self-propelled) [II I L BASIC HOURLY - RATE H & W Pensions Vacation Educatio; and/or Appr. Tr $4.10 4.95 4.70 4.70 5.25 5.25 5.50 5.75 4.40 4.40 4.75 5.25 4.25 4.75 3.90 3.90 5.25 `r 4.70 4.25 5.50 5.50 4.70 4.25 4.25 4.90 3.90 4.25 ); 4-3 U - Page 3 of 3 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION -HEAVY RATE DATE: April 24, 1980 DETERMINATION # 79-132 PROJECT: Relocation & Adjustment of Water COUNTY WASHINGTON ' and Sewer Facilities EXPIRATION DATE: 8-24-80 Fayetteville, AR Power Equipment Operators (cont d) Scraper Operator: '• Finish Rough Sod slicing machine operator Stabilzer mixing machine opera Tractor operator (crawler type Tractor operator (farm & wheel Tractor operator wheel type (with attachments 1 yd. or and Trenching machine operator Stonemasons ' Truck Drivers: Distributor truck driver • Semi -trailer Loyboy driver Transit mix truck driver Truck driver (heavy-miximum pay load in excess of 3000 lb: ' Truck driver (light -maximum pay load 3000 lbs.) Well drillers 1 I. WELDERS -- RECEIVE RATE PRESC WHICH WELDING IS INCIDENTAL. I I I I I P R O P O S A L C C I I] I I I I I I RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 from Highway 71 Bypass to Garland Avenue Arkansas Highway Commission Job No. 4835 Plans No. Fy-73 Dated April 1980 To the Board of Directors City of Fayetteville Fayetteville, Arkansas Dear Board Members: The undersigned states that he has carefully examined the plans, profiles, specifi- cations, maps and drawings on file in the office of the City Clerk, City of Fayetteville, Arkansas, relative to the proposed construction of Relocation and Adjustment of Water and Sewer Facilities; that he is familiar with the same and understands each and all; has examined the location and site; that all bids are made with full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation and materials required; and with full knowledge of the plans, profiles, specifications and estimates and all provisions of the contract and bonds; that this Proposal is made without collusion on the part of any person, firm or corporation. The further states that he will enter into contract to construct said Relocation and Adjustment of Water and Sewer Facilities and related work as designated in the title of this Proposal in accordance with the plans and specifications, and have said work completed within one hundred twenty (120) calendar days from the date of the issuance of the Notice to Proceed for the following prices. ' Item Estimated Total No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount Ii. 1,190 Linear Feet, 24" Ductile Iron Pipe Water Line, Class 51, complete in place • Thirty-three and 25/100 -------------------- dollars( 33.25 )L.F. $ 39,567.50 (Amount written in words) (In figures) (In figures) • 2. 130 Linear Feet 12" Ductile Iron Pipe Water Line, Class 51, complete in place Fifteen and 31/100 ------------------------- 15.31 1,990.30 dollars( )L.F. 5-1 C C I: I Item Estimated Total No. Quantity Description of item and Unit or Lump Sum Price Bid Amount 3. 45 Linear Feet, 8' Ductile Iron Pipe Water Line, Class 51, complete in place Ten and 31/100 --------------------------- dollars( 10.31 )L,F, $ 463.95 4. 170 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, complete in place Eight and 47/100 -- ---- dollars( 8.47 )L.F. 1,439.90 5. 320 Linear Feet, 12" Cement Asbestos Pipe Water Line, Class 200, complete in place Thirteen and 40/100 --------------------- dollars( 13.40 )L.F. 4,288.00 • 6. 100 Linear Feet, 8" Cement Asbestos Pipe Water Line, Class 200, complete in place Nine and 24/100 -------------------------- dollars( 9.24 )L.F. 924.00 ' 7. 10 Linear Feet, 6" Cement Asbestos Pipe Water Line, Class 200, complete in place Nine and 14/100 --------------------------- dollars( 9.14 )L.F. 91.40 ' 8. 2,805 Linear Feet, 12" Water Line, complete in place Fourteen and 31/100 ------------------ ---- dollars( 14.31 )L,F, 40,139.55 ' 9. 1,455 Linear Feet, 8" Water Line, complete in place Ten and 15/100 ------------------------ dollars( 10.15 )L.F 14,768.25 10. 885 Linear Feet, 6" Water Line, complete in place Eight and 47/100 ---------------------------- dollars( 8.47 )L.F. 7,495.95 • 11. 3 Each, 24" Butterfly Valves, Mechanical Joint, complete in place ' - ----- Three thousand One hundred and no/100 dollars(')Each 9,300.00 11 I 12. 8 Each, 12" Butterfly Valves, Mechanical Joint, complete in place Seven hundred Seventy and no/100------------ dollars(770.00 )Each 6,160,00 I 5-2 I L I 1 1 1 I I I Item Estimated Total No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount 13. 8 Each, 8" Gate Valves, Mechanical Joint, complete in place Four hundred and no/100------------------- dollars(400,00)Each $ 3,200.00 14. 7 Each, 6" Gate Valves, Mechanical Joint, complete in place Two hundred Seventy-eight and no/l0O— dollars(278.00)Each 1,946.00 15. 1 Each, 2 1/4" Gate Valve, complete in place One hundred Twenty-five and no/100----------- dollars(125-00)Each 125.00 16. 20,000 Pounds, Cast Iron Fittings with Reaction Backing, complete in place One and 25/100 -------------------------- dollars( 1.25 )Lb. 17. 8 Each, Fire Hydrant Installations, complete in place .Eight hundred Seventy-five and no/100 ------ dollars(875,00)Each 18. 30 Each, Water Service Installations, complete in place One hundred Ninety-five and no/100--------- dollars(195.00)Each 19. 15 Linear Feet, 1" Copper Water Service Line, complete in place 25,000.00 7,000.00 5,850.00 Four and 25/100 --------------------------- 4.25 63.75 dollars( )L .F. 20. 430 Linear Feet, 3/4" Copper Water Service Line, complete in place Three and 10/100 -------------------------- dollars( 3.10)L.F. 21. 1,575 Tons, SB-2 Trench Backfill, in place Ten and no/100------------------------------ dollars( 10.00 )Ton 22. 14 Each, Tie to Existing Water Main, complete in place Five hundred and no/100------------------- dollars(500.00 )Each 1,333.00 15,750.00 7,000:00 I 5-3 C' 1 Item Estimated Total 1 No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount 23. 198.. Square Yards, Concrete Cut and Repair, complete in place Twelve and no/100-------------------------- ,l„l.iarc r 12.00 1 24. 15 Square Yards, Hot -Mix, Cold -Laid Asphalt Cut and Repair, complete in place I 1 I I I I 1J I I Twelve and no/100------------------------- dollars( 12.00 )S.Y. 25. 1,955 Square Yards, Hot -Mix, Hot -Laid Asphalt Cut and Repair, complete in place Thirteen and no/100----------------------- dollars( 13.00 )S,y. 26. 30. Cubic Yards, Class B Concrete, complete in place $ 2,376.00 180.00 25,415.00 Eighty and no/100------------------------ dollars( 80.00 )C.Y. 2,400.00 27. 90 Linear Feet, 24" Ductile Iron Pipe, Gravity Sanitary Sewer, 0-6' in depth, complete in place Thirty-six and 33/100 --------------------- 36.33 dollars( )L.F. 28. 39 Linear Feet, 6" Ductile Iron Pipe, Gravity Sanitary Sewer, 0-6' in depth, complete in place Twelve and no/100-------------------------00 - . 12 dollars( )L.F. 29. 2,128 Linear Feet, 6" Gravity Sanitary Sewer, 0-6' in depth, complete in place Nine and no/100------------------------ 9.00 dollars( )L.F. 1 30. 730 1 One and 50/100 -- Linear Feet, Extra Depth Trench, 6-8' in depth, complete in place dollars( 1.50 )L.F. 31. 310 Linear Feet, Extra Depth Trench, 8-10' in depth, complete in place Three and no/100-------------------------- dollars( 3.00 )L.F. 3,269.70 468.00 19,152.00 1,095.00 930.00 I 5-4 I I Item Estimated Total No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount 32. 13 Each, Manholes, 0-6' in depth, complete in place Five hundred and no/100------------- dollars( 500.00 )Each $ 6,500.00 33. 18. Linear Feet, Extra Depth Manhole, complete in. place Sixty and no/100----------------------- dollars( 60.00 )L,F. 1,080.00 I I I I I I H I I I I 34. 11 Each, Abandon Manholes Two hundred and no/100----------------- dollars(200.00 )Each 2,200.00 35. 1 Each, Manhole Adjustment to Finished Grade One hundred Fifty and no/100--------------- dollars(150.00 )Each 36. 20 Each, Sanitary Sewer Service Installations, complete in place One hundred and no/100----------------- dollars(100.00 )Each 37. 20 Each, 6" x 4" Sanitary Sewer Service Wyes, complete in place Twenty and no/100------------------------ dollars( 20.00 )Each 38. 205 Linear Feet, 4" Sanitary Sewer Service Line, complete in place Four and 86/100 ------------------------- 4.86 dollars( )L.F. 39. 250 Cubic Yards, Rock Excavation (Gravity Sanitary Sewers only) Thirty-five and no/100------------------- dollars( 35.00 )C.Y. 40. Lump Sum Highway Crossing No. 1 Four thousand Seven hundred Twenty-five and no/100 ----- dollars 41. Lump Sum Highway Crossing No. 2 Seven thousand Eight hundred Eighty-one and 50.100 ----- dollars 150.00 2,000.00 400.00 996.30 8,750.00 4,725.00 7,881.50 I n 5-5 Item Estimated Total No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount 42. Lump Sum Highway Crossing No. 3 ' Five thousand Two hundred Seventy and no/100--------- dollars $ 5,270.00 ' 43. Lump Sum Highway Crossing No. 4 Five thousand Thirty-two and no/100---------------- dollars 5,032.00 44. Lump Sum Highway Crossing No. 5 Five thousand Thirty and no/100--------------------- dollars 5,030.00 45. Lump Sum Highway Crossing No. 6 Three thousand Eight hundred Ninety-six and no/100 --- dollars 3,896.00 46. Lump Sum Highway Crossing No. 7 Five thousand Two hundred and no/100----------------- dollars 5,200.00 47. Lump Sum Highway Crossing No. 8 • Five thousand Thirty and no/100— -------dollars dollars 5,030.00 • TOTAL, ITEMS 1 THROUGH 47 ---------------------------------- $ 313,323.05 Deductive Alternate No. 1 Not Accepted DEDUCTIVE ALTERNATE NO. 1 ' The low bid will be determined by the base bid above. However, the Owner reserves the right to accept this Deductive Alternate if found necessary to reduce the contract amount so as to be within the monies available for the project. This Deductive Alternate eliminates Highway Crossing No. 7. This will reduce quantities of certain items of the Proposal, as set out below. The Contractor shall ' not fill in the extensions below. If the Owner accepts this Deductive Alternate, the Engineer will make the necessary calculations, using the bid prices for the various items, and determine the total reduction. Item No. Description of Item and Reduction Total Reduction 27. 24" Ductile Iron Pipe Gravity Sanitary Sewer, 0-6' in depth, complete in place Reduce by 90 Linear Feet @ $ /L.F. $ I 5-6 IH 7 I Item No. Description of Item and Reduction 32. Manholes, 0-6' in depth, complete in place Reduce by 2 @ $ /Each 33. Extra Depth Manholes ' Reduce by 9 Linear Feet @ $ /L.F. 46. Highway Crossing No. 7 I I Li I I I I Reduce by Lump Sum @ Total, Deductive Alternate No. 1 Total Contract Accepting Deductive Alternate No. 1 Amounts of prices are to be shown in both words and figures the amount shown in words will govern. Total Reduction $ NOT ACCEPTED In case of discrepancy, The above prices shall include all labor, materials, bailing, shoring, removal, 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 30 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 and bonds attached as called for in the specifications within 10 days. ' The bid security attached in the sum of 5% of bid I I I I I dollars ($ ) is to become the property of the Owner in the event the contract and bonds are not executed within the above time set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Receipt of the following addenda to the plans and specifications is hereby acknowledged and such addenda are attached to the specifications. ' 5-7 Respectfully submitted, Jerry D. Sweetser, Inc. Firm Name By /s/ Jerry D. Sweetser President Title (Seal if bid is by corporation.) 80-1161 Arkansas License No. I ¶LI) I State of Arkansas ) County of Washington) I I J J CONTRACT THIS AGREEMENT, made and entered into this day of 1�-�^-� 1980, by and between the City of Fayetteville, Arkansas, Party o the First Part, hereinafter called the Owner, and Jerry D. Sweetser, Inc. of the city of Fayetteville, Arkansas , Party of the Second Part, hereinafter called the Contractor, WITNESSETH: Whereas, the Owner has called for bids for the Relocation and Adjust- ment of Water and Sewer Facilities, Fayetteville, Arkansas, as set out in the plans and specifications; and WHEREAS, pursuant to the call for bids under said plans and specifications, the Contractor is the lowest and best bidder for the construction of said Relocation and Adjustment of Water and Sewer Facilities; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Relocation and Adjustment of Water and Sewer Facilities relative Ito reconstruction of Highway 62 from the Highway 71 Bypass to Garland Avenue, Arkansas Highway Commission Job. No. 4835, including all work for a complete installation as set out in plans and 1 specifications Fy-73, for the unit and lump sum prices bid in the Proposal, all of which become and are a part of this contract, the total sum being 1 Three hundred thirteen thousand Three hundred Twenty-three and 05/100 ----------- dollars ($ 313,323.05 ), such sum being the agreed amount upon which bonds and 1 liabilities are based, and at his own expense and cost furnish all labor, materials, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the installation of said facilities in accord- ance with the conditions and prices stated in the Proposal attached hereto and 1 made a part hereof, and in accordance with the plans, which include all maps, plans, blue prints and other drawings, and written or printed explanatory matter thereof. 1 The Contractor agrees to commence work under this contract within ten days of the effective date of the Notice to Proceed, and fully complete all work within one hundred twenty (120) calendar days thereafter. 1 6-1 I. I The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Proposal therefor, subject to additions and deductions as provided in the General Conditions and in Methods ' of Measurement and Payment, as provided hereafter in the specifications, and to make payment on account thereof as provided below. ' As soon as is practicable after the first of each calendar month, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the Owner until final completion and acceptance by the Owner ' and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. I If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages, the sum of one hundred dollars (100.00) per day for each calendar day of delay in completion, said amount being fixed and agreed upon by and between the parties ' hereto because of the impracticability and extreme difficulty in fixing amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due the Contractor under the Final Estimate of said ' work, after the completion thereof, and the Contractor shall be entitled only to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act ' or neglect of the Owner or of his employees, or by any other contractor employed by the Owner, or by changes ordered in the work, or by strikes, lock -outs, fire, unusual delay in transportation, extremely abnormal weather, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. In the event the Contractor abandons the work hereunder or fails, neglects or ' refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of (1) declaring this contract at an end, in which event the Owner shall not be liable Ito the Contractor for any work theretofore performed hereunder, or (2) requiting the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should the surety fail, neglect or refuse to carry out said contract, (3) said Owner may complete the contract at ' its own expense, and maintain an action against the Contractor and the surety hereto for the actual expense of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. ' I Neither the final certificate nor payment nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials ' or workmanship; and, unless otherwise specified, he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness. All ' questions arising under this article shall be decided by the Engineer, subject to arbitration. ' This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. ♦ �f . IN WITNESS WHEREOF, the Owner and Contractor have hereto set their4y`�an$s--aiid'y \ ' seals, respectively. 1� 9 Jerry D. Sweetser, Inc,,� ^ f; 1 -. • 'Fyn._ FiaE N me I %+P' p G I I I I I I I I I I CITY OF FAYETTEVILLE, ARKANSAS Attest John Jf. Todd, b'�tw•N..iJ• Q /// onn'e J. Go ring, City C1 rk 1 6-3 I H I I 11 I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) Jerry D. Sweetser, Inc. a (2) corporation hereinafter called "Principal" and (3) United States Fidelity.& Guaranty Company of Baltimore , State of Maryland , hereinafter called the "Surety," are held and firmly bound unto (4) the City of Fayetteville, Arkansas , hereinafter called "Owner," in the penal sum of Three hundred thirteen thousand Three hundred Twenty-three and 05/100 ---------------------- dollars ($ 313,323.05 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. I THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the - 80 day of , 19 U a copy of which is hereto attached and made a part hereof for construction of: Relocation and Adjustment of Water and Sewer Facilities, Highway 62, Plans and Specifications Fy-73, Fayetteville, Arkansas ' NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be ' granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense U. which the owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. . PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates ' and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accom- panying the same shall in any wise affect its obligation on this bond, and it does ' hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act ' 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement. C I. 7-1 IN WITNESS WHEREOF, this instrument is executed nin six (6) counterparts, each one ha of which shall be deemed an original, this the _ day of , 1980 ATTEST: U. Jerry D. Sweetser, Inc.' Principal (Principal) Secretary (SEAL) By• ' rry D. ee er, President 0. Box 579 Fayetteville, Arkansas 72701 Witness as to Principal Address 1 ______________________ I Address ATTEST: /w `�— United States Fidelity & Guaranty, Company , Surety ni a (Surety) Secretary's By: ' (SEAL) A. P. Eason, Jr. (Attorney i Fact) Witness as to Surety Neil Danner Fayetteville, Arkansas ' Address Fayetteville, Arkansas 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 the case may be. (3) Correct name of Surety. (4) Correct name of Owner. ' (5) If Contractor is a Partnership, all partners should 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 construction. 1 ' 7-2 CERTIFIED COPY GENERAL POWER OF ATTORNEY No.. 94805.. 0............... I Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint ' A. P. Eason, Jr. of the City of Fayetteville , State of Arkansas its true and lawful attorney in and for the State of Arkansas for the following purposes, to wit: I I I C I n I r I To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said A. P. Eason, Jr. may lawfully do in the premises by virtue of these presents In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 17th day of May ,A.D.1974 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) gr,,.,Char_ lesW. Boone ...................... Vice-President. (Signed) W. G. • Hilyard............................ Assistant Secretary. th day of May , A. D. 1174 , before me personally came Charles W. Boone , Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and •W. G. Hilyard , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said Charles W. Boone and W. G. Hilyard were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.. .7t... (SEAL) (Signed) Herbert J. Aull ................................................ Notary Public. STATE OF MARYLAND l f Set. BALTIMORE CITY, I. Robert H. Bouse , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Herbert J. Aull , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to he his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore Cit , the same being a Court of Record, this 17th day of May , A. D. 19 7 y Robert H. Rouse (SEAL) (Signed) Clerk of the Superior Court of Baltimore City. FS 3 (9-67) ...... H El I •Lmta.aag tug nssy ' I I In■al ANvatRoD LLN'YIVIl0 QNV AdI73QId S3IV•LS (F3.LINI1 alit 10 Itac aqt put posy Lm tac atvn saq astq I `/O1z1cld Ltasups" j NJ •8mlaam pill jo samujm aqt m pap tooaz n ;Damp sIOM sip pat 'uopnloeu pin jo Ldoa Dwaa put anxi a eI emoSno; alp *.qt put 'unsaid at tlataazjQ ;o pzsog 91 30 muzotlb a Bantam qaj lM 1s '0161 ;o Lap 9111 alit uo 'alompjsg ;o A alit m Lusdmo) ay1 ;o QOWo alp 11 pla9 put Paula kap 'Luedmo0 pptc jo aolaauQ ;o Wso8 alp ;o 8upaam zgnlaa t is patdops uopnlosaz a jo aoutnsmd m uasj8 nil Laumny ;o DMod pit. 21g1 L;pm sa pzn; op I Pure •papa put aozo; Il' q m jlps n pull paljosat uaaq saaau ssq Lauzout ;o saMod qt* 'ipso; tae utangt n spuoq u9ls n mtq 9uparodma put 8vm oglm' nsun zy 'ajjtAal}a&e3 ;o •sp 'uosel •d •d I 01 [mdma0 pigs Lq uau8 Lauaons ;o aaMod Itu!Huo aq1 ;o Ldoa 1awoa put an 'ijv; s g 8ulo!alo; aqi is91 £jnao Lgant op 'ANVdfl0J AI NVavao QNV ALI13QLi SUV.LS QfZINI1 aqtJO Lzetalaa5 tutlsjay m • satSuR •W PT a 'L I •amn aq1 ;o nglta ;o amisu s91 m 8a;gt(m 10 •8uttjtuapn ao 'uopajndpc •uope8jlgo 'aauazju9aoat •puoq yaps hut uI zo; pap as d aq kern gappi nop;puoo hue so emgylm ;o Bump too zo 8ujop ay1 zo; pauoplpvoa 'zasaonsgM sajiwedeo Ijt pm [m vI 'zaeaoslegM uopmm8zo so v0pejaoen ngto zo Llgwdgmum '$aaa;uz 'aago •Lpoq •aopuodioa •suostad so uoszad hue so; m Lq ';o uojtaatoad so [tunas aqt so; papzooat m pa lg 'paidaoat 'paxapun 'Yazd 'uagtl 'apem •patnoaxa aq of pautmaad so pannbaz 'panolp aq 'aeuwgso zo Isdilunm •Isaol •zaagro zo aagfo 'uojlenuJLo •Lpoq pnoq Lue ;o vojt3Dsjp 10 aapasnd •smolen3 'uapzo 'suopelnea1 sajnz aqt Lq so 'pugpmopwa' ;o Luolo alp jo IC epevep ;o vojujmOQ Dl ;o saoujzo1d aqt ;o 10 saislS patju[) aq1 ;o 13011"ay 10 ling [m ;o so elms patjufl aqt ;o nnnS Lm Lq so •aslMnagto so Isdnmmm •Mg [q hew so aze yalgM •amw alit ;o aagila ;o amts aqt Uj emg1Lue so sSunlvuapun 'suojtelndjtc 'nopsdjjgo 'saauetquBooaa 'spvoq Its pue Lm ;o nopjpuoa a91 aatutnn9 pm amaaxa 01 sluait 10 1ua2e zo 'Ile;-uj•s1auzont so Lamons slI at put amen n; m 'ow put •pasojje Mg Lq so 's8ujpaaaoad so novas Ije m paulmzad so pazmbu •ceunleuapm put spaoq Bvlaatveztv8 so 8gmaaxa put eagjlad aauwnsut tlsgl sag1a naezluoa ;o saoueuuopad all 8maatmzn8 7cn17 attnud so aggnd jo svopjmd eujploq suoslad jo L1jjaP9 agt 9maalvuev9 slant -uoa pt put Aug zasgap pus atnaaxa of 'tae sit se put auteu III m •LuedmoD pine ;o nualle zo 7mis zo yot;•ut9Lauzoue zo Laucone n nouad so uonad Lm lutodde of lips aluodzaa III zapun eapnazaas tuetgny nt ;o lino zo LaelaDas nj ipmm mopaun(aoa m nUPlwd •aa.A 611 ;o sagtla so tuapjcosd sli sarodma put axuogtm 'slop Lgany tI pat 'op Luedmo0 step teal 'paa;on p sq 'no/auty punPuno;Map ;o [uojo3 sip aj pm spsurj ;o uo;ujmou aqt 10 saauTAozd aq1 u[ pus £a1% pallu[; aqt ;o caunjuay aqt vI put 'pmjhzelll utgt Dgto saims uI amn nj aj pus 23 £o; tae 01 Ltuogint put laud gtus shauzont put sluaSi lujoddt [uedmoj nqt 3egt ssamsnq jo uopanusnt jntaapa aqt m; 4esaaau 13;! 'twzaym myl NOLLI17OS31I £0 AdO) I PAYMENT BOND ' J KNOW ALL MEN BY THESE PRESENTS: That we (1) Jerry D. Sweetser, Inc. a (2) corporation hereinafter called "Principal" and (3) United States Fidelity & Guaranty Company of Baltimore , State of Maryland , hereinafter called the "Surety," are held and firmly bound unto the City of Fayetteville, Arkansas , hereinafter called "Owner," in the penal sum of Three hundred tthirteen thousand Three hundred Twenty-three and 05/100 --------------- dollars ($ 313.323.05 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the day of , 19 80 a copy of which is hereto attached and made a part hereof for the construction of: Relocation and Adjustment of Water and Sewer Facilities, Highway 62, Plans and Specifications Fy-73, Fayetteville. NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification.thereof, all amounts due for but not limited to, materials, lubricants, oil, gasoline, 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 pay- ments 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. 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 found by the Arkansas Depart- ment of Labor or as determined by the court on appeal 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, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. I 7-3 I L. I I 1J I I I PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section 51-635, Cumulative Supplement. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed an original, this the day of , 19 80 ATTEST: (Principal) Secretary (SEAL) Witness as to Principal Address ' ATTEST: ' (Surety) Secretary I(SEAL) I Witness as to Surety Neil Danner Fayetteville, Arkansas Address P. 0. Box 579 Fayetteville, Arkansas 72701 Address ti'11 United States Fidelity & Guaranty'Cbmp Surety By: '2c.. Attorn Sf ifi-?act - A. P. ason, Jr. Fayetteville, Arkansas 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 the case may be. (3) Correct name of Surety. (4) Correct name of Owner. ' (5) If Contractor is Partnership, all partners should 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 construction. 1 7-4 CERTIFIED COPY GENERAL POWER OF ATTORNEY No. 84805 ........................................ ' Know oil Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint A. P. Eason, Jr. of the City of Fayetteville , State of Arkansas its true and lawful attorney in and for the State of Arkansas for the following purposes, to wit: I- To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said ' A. P. Eason, Jr. ' may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be ' sealed with its corporate seal, duly attested by the signatures of its Vice•President and Assistant Secretary, this 17th day of May , A D. 19 74 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) W. Boone Signed B ..... Charles. W. Boone ......................... Vice -President = (Signed) W. G. fiii and ...............ssista t Seer..-..•••• / _ Rssfstant Secretary. STATEAF:MARYLAND, } BAL'ITMOR CITY, Sr l On this 17th day of May , A. D. 1974 , before me personally came Charles W. Boone , Vice -President of the UNITED STATES FIDELITY AND GUARANTY ' COMPANY and W . G. H i lyard , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said Charles W. Boone and W. G. Hilyard were respectively ' the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the car- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19...7.`x... ' (SEAL) (Signed) ,Herbert J. Aull ................................................ Notary Public. ' STATE OF MARYLAND 1 BALTIMORE CITY, Sct. I, Robert H. Botise . Clerk of the Superior Court of Baltimore City, which Court is a ' Court of Record, and has a seal, do hereby certify that Herbert J. Aull . Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland. in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said ' Notary, and verity believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 17th day of May , A. D- 19 74 Robert H. Bouse ' (SEAL) (Signed) ...... ......................................................... Clerk of the Superior Court of Baltimore City. FS 3 (9.7) -'..•• u:" a' I [l I I lai'al DO ANydA!0J .L.LNWVIIO aNV .L.LI73QI.1 S31VIS Q3.LW0 alp 10 !vas aqi pmt puaq Lm in oiunaaaq aavq I '/wags [uouipny Ill •lvpsam Plea ;o samurai 91 m papaoaaz It loaiag7 aloja aqi pm 'nopn!osaa pus ;o [doll aauoa pus anu v n 8mo2aio; aqi imp pus 'ivasasd Ten uopaana 3° pao!i aq7 ;a m'aon6 s lupaam gappa 1a blbl 'LInf 1° L'P 91u alyi no 'aaomnug ;o Li!J ag1 m Luvdmo: aql ;o aalpo rap n PIa9 PUT pagsa L!np 'LusdmoD pas ;o volam!(J 1d Pa°H aqi ;o 8unaam ae[n8aa a 7a paidops no!n1oci v 10 aaamsmd m vasae nM [avaoiiy 1° AM°d PI" 1*q1 Lpiaa Jim; op I pity 'papa put auol an; ac; !pa v! pus pailow naag aeau seq Lausouv;o a&od galgM'giJ in maaip Si spuoq u8n of mTil Supaaodms put 8uupogms OVOUV;SLI 'atT LA8128AE3 }a. •sf 'uoaez •d •y m LuvduwD pin Lq uasif [anao7n 10 amod uu!8uo aqi 10 Ldoo puaoo pun an 'Un; s a 2mo2aao; aqi aagl L;!usa Lgaag op 'ANVdWOJ .Ld.. nv no QNV A.L113QId S3ZVJS a3•LINfl a9110 L naaaS 1vnsusy us' .IST2ug •K PTAea 'I amen sip Is agila 10 amna s97 m 8mg7Lm so evolniapun ao 'aouv1ndpe 'uo!ia8ggo •wasnu8wai •pvoq galls Las in ao1 paplsoad eq hew gop;M mopipvw Ant is Juigi[m ;a eu!op IOU uo 8ulop ay1 ao1 pauop!puoa 'aasaogegM ngpedea it, pm An m a aalaonegm uomn!uetis nopnaosse aaglo ao Ligsdpmn s ysaanu! •aaigo 'Lpoq •vopaaodaoo •suosad ao uouad Lue ao; JO Lq •10 00paa1md ao L7lmaac aqi so; papaoaaa a palg 'peidaaav 'paaapuai •uaM!8 •uaalsi •apam 'painaaxa eq o1 pau!maad ao paambai 'paao!u eq 'asuuegio is ;adnnmw 'lean! •aaag 0 10 aDigo 'novmuelao 'Lpoq 'Pasoq LuM 10 uopaaas p ao aapaead 'smoisna 'sapao 'luop*ln8aa 'salsa a p Lq ao 'pusapuno;Map to Luoto) aq1 is a '.°r) Is uom!moa alp ;o saauuoad aip to ao saieiS palmfl alp JO Laoipaay .10 sing Ace 10 ao cainalm S pq sip Is aininS Lux Lq ao 'snraaglo a ledamn 'Mvl Lq Lam is as 9D4bran aqi 10 aaipp Is amla' aqi m 8a!g1[m is s8mgepapun •mopemdps 'svops8!lgo 'saouwuSoaai 'spuoq ye pus Los ;o suop!puoa aqi aaluuen8 pus alnaaxa of quaSV SO MIT 10 'pa;•m•s[atuou' JO Lavaue m n pm amen n! m pul 'pampa Mal Lq is 's8utpaaoeid ao suopav fir m pai2!mzad ao paalnbaa 'l8agnnpun pus spuoq 8upalu'avn8 is 8upnaaxa pas eapgod aavemsur vegi aaipo gasnuoa ;o saaneuuolaad aqi emanmame •lslla7 aloud is aggnd Is won !sod "log suosaad 10 L7gapg sip 8utaeiueau8 span •uoa ga put Lns angap pus ainaaxa 01 1a' sit as pus swan si! U! 'LusdmoD pus 10 nuaia is iaaS. ao 'pe;-ui•sLsaaoin is [aaaoiia n suoaad ao nouad Any 7uiodde of 'leas aleaodam n! 2apun 'sangaaaas iusislssy 9t ;o 550 ao Lanaaa5 n! 91! uoilannlaaa In nvaplsaid •aa!A n! 10 Jam ao avaplsud n! aModma pull amoyinv 'loop Lgaaaq i! pus 'op LuedwoD s!qp nqi 'paalosa),l n• M 'aao/aysgy pas;puno;Map to Luojo) 0147 Nj pus vpeueJ to uo!mmoa aqi ;o saovuoad aqi m pus cams panufl aqi 10 sspwuay aql m Pu' 'puel[n11l Uegi 1910 101115 u! amen q! m pull 1! 101 p' 01 Lipogins pus sand qi!^ sLavaoua pus quals iu!odd' Luedmoj 9141 nyl ssammq ;o uopanuvz unpaga aq1 ao; Laesnoaa a I! 'soaaaYdl vvgy I J I IL I L I Li I I I C Nou.n1OS3II d0 ado) C I ' G E N E R A L C O N D I T I O N S r. . L I I I I I I I I H I I C I 1. DEFINITIONS: Whenever the words herein defined, or pronouns used in their stead, occur in this contract and documents, they shall have and are mutually understood to have the meaning herein given. The words "City" and "Owner" shall mean the city of Fayetteville, Arkansas, a municipal corporation, acting through its duly authorized representatives. The words "Board of Directors" shall mean the duly elected or appointed governing body of said city of Fayetteville, Arkansas. The word "Mayor" shall mean the Mayor of the city of Fayetteville, Arkansas. The words "City Manager" shall mean the City Manager of the city of Fayetteville, Arkansas. The words "City Attorney" or "Attorney" shall mean the attorney for the city of Fayetteville. The words "City Clerk" shall mean the City Clerk of the city of Fayetteville. The words "City Engineer" or "Water Superintendent" shall mean the superintendent in charge of the Water ➢epartment of the City of Fayetteville. The word "Engineer" shall mean McGoodwin, Williams and Yates, Inc., Consulting Engineers, Fayetteville, Arkansas, who have been employed by the city of Fayetteville for this work, or their duly authorized agents. The word "Inspector" shall mean the engineering or technical personnel duly authorized by the Engineer, limiting to the particular duties entrusted to him or them. The word "Contractor" shall mean the person, persons, partnership, company, firm or corporation entering into this contract for the performance of the work required of it, and the legal representatives of said party, or the agent appointed to act for such party in the performance of the work. The word "surety" or"sureties" shall mean the bondsmen or party or parties who have made sure the fulfillments of the contract by bonds, and whose signatures are attached to said bonds. The word "Advertisement" shall mean all the legal publications pertaining to the work of this contract. The word "specifications" shall mean, collectively, all of the terms and stipulations contained in the written portion of information furnished. The word "plans" shall mean, collectively, all of the drawings pertaining to the contract and made a part hereof, and also such supplementary drawings as the Engineer may issue from time to time in order to clarify the drawings, I General Conditions 8-1 H or for the purpose of showing changes in the work as authorized under the section "Modifications and Alterations," or for showing details which are not shown thereon. The words "Work Order" or "Notice to Proceed" shall mean a notice to the Contractor of the date on or before which he is to begin the prosecution of the work for which he has contracted. The words "Contract Price" shall mean either the unit prices, or lump swn prices, named in the contract, or the total of all payments according to the schedule of the prices in the contract, as the case may be. The term "Grade" used in these specifications is understood to refer to and indicate the established elevations of the paving, flow line of sewers or other appurtenances as shown on the plans on file in the office of the official desig- nated in the "Advertisement for Bids." The word "Bid" or "Proposal" shall mean the written statements, duly filed with the Owner, by the person or persons, partnership, company, firm or cor- poration proposing to do the work and furnish the materials called for on the plans at the prices named on said statements. "The work" shall mean the work to be done and the equipment, supplies, and materials to be furnished under this contract, unless some other meaning is indicated by the contract. Whenever in these contract documents the words "as ordered," "as directed," ' "as permitted," "as allowed," or words or phrases of like import are used, it shall be understood that the order, direction, requirements, permission or allowance of the Owner and Engineer is intended. But in no instance shall such directions by the Engineer apply to the supervision of the Contractor or his work forces, but shall apply only to ensure that the completed work meets the requirements of the plans and specifications. ' Similarly the words "approved," "reasonable," "suitable," "acceptable," "proper," "satisfactory," or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the judgment of the Owner and Engineer. Whenever the following abbreviations are used, they shall have the meanings given below: A.S.T.M. - American Society for Testing Materials A.S.A. - American Standards Association A.W.W.A. - American Water Works Association A.G.A. - American Gas Association NEMA - National Electrical Manufacturers Association gpm - gallons per minute MGD - million gallons per day ppm - parts per million Hp - horsepower General Conditions 8-2 T.D.H. - total dynamic head V - volt A - ampere T.D. time delay R - motor starter relay N.O. - normally open N.C, normally closed PVC - polyvinyl chloride (pipe) ' psi - pounds per square inch cfm cubic feet per minute rpm - revolutions per minute ' 2. COPIES OF CONTRACT. Not less than six copies of the bound volumes of the proposal, contract and stipulations shall be prepared, each containing an exact copy of the Contractor's proposal as submitted, the bond or bonds properly executed and contracts signed by both parties thereto. However, the Contractor and the surety executing the bond shall not date the contract or the bond upon submission for execution by the Owner. These documents will be dated the date ' the Owner executes the contract. 3. SCOPE, NATURE, AND EXTENT OF CONTRACT, SPECIFICATIONS AND PLANS. The said specifications and plans are intended to supplement, but not necessarily dupli- ' cate each other, and together constitute one complete set of specifications and plans, so that any work exhibited in the one and not in the other shall be executed just as if it had been set forth in both, in order that the work shall be completed according to the complete design or designs as decided and deter- mined by the Engineer. Should anything be omitted from the specifications and II plans which is necessary to a clear understanding of the work, or should it = appear various instructions are in conflict, then the Contractor shall secure ' written instructions from the Engineer before proceeding with the construction affected by such omission or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning, and intent of the contract, specifications and plans. The General Specifications included herein may, in some cases, refer to work ' and conditions not encountered on this project, in which case such nonapplicable stipulations will have no meaning in this contract. In case of: conflict between General and Detailed Specifications, the Detailed Specifications shall govern. ' 4. FIGURED DIMENSIONS TO GOVERN. Figured dimensions, when given on the plans, shall be accurately followed, even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not figures, shall be ' executed until instructions have been obtained from the Engineer as to the dimensions to be used. Large scale and full size drawings shall be followed in preference to small scale drawings. 5. CONTRACTOR TO CHECK PLANS AND SCHEDULES. The Contractor is required to check all dimensions and quantities on the plans and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the I. plans and the conditions on the ground, or any error or omissions in the plans, or in the layout as given by stakes, points, or instructions, which he may General Conditions 8-3 H discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents, as full instructions will be furnished by the Engineer should error or omission be discovered, and the Contractor shall carry out such instructions as if orig- inally specified. 6. METHODS OF OPERATION. The Contractor shall give to the Engineer full information, in advance, as to his plans for carrying on any part of the work. 7. GRADES AND MEASUREMENTS. At such time as the Contractor is ready to proceed with construction work, he shall notify the Engineer in order that proper grades and alignments, prints and stakes may be furnished. The Con- tractor shall notify the Engineer a reasonable length of time prior to the commencement of such work, and the Contractor shall not proceed with con- struction work until such grade and line stakes have been set. The work shall be in conformity with such prints, stakes and instructions as related to the finished quality of the work. Where plans, building, or mass movement of earth is being undertaken, the Engineer will set such control lines and basic elevations as are required for the Contractor to make such unit or plant layouts as are required. When work is undertaken which requires a constant or generally intermittent checking of lines and elevations, the Contractor shall maintain such equipment and personnel as are essential to the actual prosecution of the work. In these instances, the final grades, alignment and dimensions are subject to the checking by the Engineer. 8. CONTRACTOR TO FURNISH STAKES AND HELP. The Contractor shall furnish, without charge, competent men from his force and such tools, stakes, and other materials as the Engineer may require for the proper staking out of the work and in making measurements and surveys and in establishing temporary or permanent reference marks in connection with said work. 9. DIRECTION AND PROSECUTION OF THE WORK. The Contractor shall commence work at such points as the Engineer may direct, and shall prosecute the work in the order as laid out by the Engineer. 10. LANDS FOR WORK. The Owner shall provide the lands upon which the work under this contract is to be done, except that the Contractor shall, when necessary, provide land required for the erection of temporary construction facilities and storage of his materials, together with right of access to same. 11. RIGHT OF VARIOUS INTERESTS. Wherever work being done by the Owner's forces or by other contractors is contiguous to work covered by this contract, the respective rights of the various interests involved shall be established by the Engineer to secure the completion of the various portions of the work in general harmony. 12. SEPARATE CONTRACTS. The Owner 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 General Conditions ' 8-4 I I. and the execution of their'tThrk',and shallaproperly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution of results upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. His failure so to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for I. the reception of his work, except as to defects which may develop in the other contractor's work after the execution of his work. To insure the proper execution of his subsequent work, the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. ' 13. SUPERINTENDENTS AND FOREMEN. When the Contractor is not present at the work, the superintendent or foreman in immediate charge thereof shall be deemed to be in authority and shall receive and execute orders in connection with the ' provisions and in conformity with these specifications. 14. WORKMEN. The Contractor shall employ foremen and skilled laborers where necessary. Line of authority shall be observed, and it shall be the respon- ' sibility of the superintendent representing the Contractor to transmit all necessary orders and instructions. ' 15. AUTHORITY OF ENGINEER. Where specifically contracted for and authorized in the contract documents, the Engineer shall be the Owner's representative and shall observe the work in process for the Owner. He shall make periodic ,. inspections in an effort to protect the Owner against defects and deficiencies. In so doing, the Engineer does not guarantee performance of the work but acts in'a professional capacity. He does not assume responsibility of any nature or kind for personal injury, death or property damage to any person or corpora- ' tion arising out of the methods, operations or degree of care exercised by the Contractor or subcontractors in the performance of the work. The manner and methods in which the Contractor and his subcontractors perform work pursuant Ito the plans and specifications and the degree of care exercised with relation thereto, is the exclusive responsibility of the Contractor. The Engineer will decide all questions that may arise as to interpretation of the plans and specifications. He shall also decide questions as to accept- ability of materials furnished and work performed. 1 16. ENGINEER TO DECIDE. All work performed under this contract shall be done in a first class, workmanlike manner, and, from the viewpoint of the quality of the finished job, shall be done to the satisfaction of the Engineer who shall determine the quality of the finished product. The Engineer shall in all cases determine the amount, quality, acceptability and fitness of the several kinds of work and materials herein specified. ' 17. INSPECTION. The improvement shall at all times be subject to inspection by the Owner, representatives of the Environmental Protection Agency, and the State General Conditions 8-5 1 I Department of Health, and the Contractor shall provide proper facilities for such access and inspection. Such inspection shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications, and work not so constructed shall be removed and made good by the Contractor whenever so ordered without reference to any previous oversight in inspection. This shall apply both to workmanship and materials. All rejected materials shall be immediately removed from the site of the work, and shall not again be returned to it. It shall be the duty of the Contractor to notify the Engineer in advance of the beginning of work after delays, shut- down, change of work program or change of location. The failure or neglect on the part of the Engineer or the Inspector to inspect, condemn or reject inferior materials or work shall not be construed to imply an acceptance of same should inferiority become evident at any time prior to the final acceptance of the work by the Owner, or within the time limit of one year as set out in Section 54 herein. 18. INSPECTOR. The Engineer may appoint an Inspector, who shall represent him on the work, and such orders as he may give, relative to the quality of the construction as it relates to the finished project being in accordance with the plans and specifications, shall have the same effect as if given by the Engineer in person. No work of a permanent nature which cannot be inspected after completion shall be prosecuted except when an Engineer or Inspector is present. Contractors shall notify the Engineer at least 24 hours prior to time of commencing work which demands the presence of an Inspector, except in case an Inspector has been regularly on the job, then 12 hours notice will be sufficient. The inspection of the work by the Engineer or his representative shall not, in any way, relieve the Contractor (or obligate the Engineer) of any of the provisions of the contract as to quality of materials, performance of the work, safety of the public or safety of the Contractor's employees. These are the sole responsibility of the Contractor. The Engineer does not guarantee the performance of the contract by the ' Contractor, nor shall his inspection be construed as supervision of actual construction, nor make him responsible for providing a safe place for the performance of the work by the Contractor, or the Contractor's employees, or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel or occupance by any person, as these responsibilities are covered under the provisions of this contract and the Contractor's insurance and performance bond, and are not the responsibility of the Engineer. 19. PROTECTION OF PUBLIC UTILITIES. The Contractor shall give reasonable notice to the owner or owners of steam, gas, water, sewer and other pipe lines or conduits, overhead and underground wires or other structures, either public or private, railroads and other owners of property, when such property is liable to injury or damage by reason of the execution of the work, in order that the owner or owners of such utility or other property may remove or protect the same. General Conditions 8-6 1 I I I L_ I I I Ti I I I I I I 22. USE OF EXPLOSIVES. When the use of explosives is necessary for the ' prosecution of the work, the Contractor shall observe all local, state and Federal laws in purchasing and handling explosives. The Contractor shall take all necessary precaution to protect completed work, neighboring property, 1 General Conditions 8-7 If any railroad, or other owner or .owners.of,any'property liable to be affected, endangered or damaged by the construction of the work, does not protect its or their property, then the Contractor must do so. The Contractor shall receive no compensation over the unit and lump sum prices specified in the proposal for the completion of this contract, which prices shall cover every item of additional cost for all the material and labor necessary to support, protect, or remove such tracks, pipes, conduits, overhead wires and structures, and other improvements, during the construction of said work across, under, over, along, or near the same. The Contractor shall use every precaution on the work to prevent harm or accident to the property, passengers, employees, or patrons of public util- ities, either publicly or privately owned, and to any other person legiti- mately employed on the premises, and the Contractor shall assume all liability for damages accruing from an accident, which may be due to his carelessness, omission or neglect once work has begun, the Contractor shall prosecute the work as rapidly as possible under, along and near such property as may be liable to damage thereby. Except as provided in the Detailed Specifications, all permits and licenses required in the prosecution of any and all parts of the work shall be secured and paid for by the Contractor. The Contractor shall take such measures as are necessary to protect any and all pipes, sewers, and other structures belonging to the Owner and shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay on account of any postponement, inter- ference, or delay caused by any such structures being on the line of the work, whether such structures are shown on the plans or not. 20. PROTECTION OF MONUMENTS. The protection of local, state or Federal government monuments, street signs or other property is of prime importance. 21. ACCIDENT PREVENTION. Reasonable precautions shall at all times be exercised for the safety of employees on the work; and applicable provisions of the federal, state or municipal safety laws and building and construction codes shall be observed. The Department of Labor of the State of Arkansas has prepared a safety code, Safety Code No. 9, for the guidance of contractors and the protection of workmen and the public. The Contractor shall familiarize himself with the provisions of this code, and shall comply with the rules and regulations provided therein. The code requirements are enforceable by the Department of Labor, and it is the responsibility of the Contractor to see, that they are carried out. The responsibility for the interpretation and implementation of the provisions of the code does not rest with the Owner, the Engineer, or their representatives. I water lines, or other underground structures. Where there is danger to struc- tures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The Contractor shall notify all owners of public utility property of intention to use explosives at least eight hours before blasting is done close to such ' property. The Contractor shall submit to the Owner a certificate of insurance covering such blasting operations. Such insurance shall be in the same amount as is the public liability requirements under Section 28 of the Instructions to Bidders. 23. DANGER SIGNALS AND SAFETY DEVICES. The Contractor shall take all necessary ' precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition sufficient red or warning lights at night and shall provide suitable barricades and other devices necessary to protect the public. In case the Contractor fails or neglects to take such precautions, the Owner may put up such lights and barricades and charge the cost of this work to the contract. Such action by the Owner does not relieve the Contractor of any liability incurred under these specifications or contract. 24. PROVISION FOR EMERGENCIES. If, in the absence of the Contractor or his representative, an emergency shall arise and immediate action shall be con- sidered necessary in order to protect the public or private or personal property, then, and in that event, the Owner, with or without notice to the Contractor, may provide suitable protection to the said interests by causing such work to be done and material to be furnished and placed as may be considered necessary and adequate. The cost and expenses of such work and materials so furnished shall be borne by the Contractor, and if the same shall not be paid on presentation of the bill therefor, then such costs will be deducted from any amounts due or to become due the Contractor. 25. SIDEWALK CROSSINGS. The Contractor will provide suitable sidewalk crossings wherever sidewalks are obstructed. 26. PRIVILEGES OF CONTRACTORS IN STREETS. The Contractor will be entitled to use such streets, alleys, roadways, or parts of the streets and alleys as are necessary for the prosecution of the work. The Contractor will take care to keep streets open for use whenever practi- ' cable; cross streets will be kept open wherever possible. The Contractor will notify the Fire Chief when a street is closed and shall again notify him when it is opened for traffic. In case no adequate detour can be provided, the Contractor will stand in readiness to provide a crossing in case of any emergency. 27. LAWS AND ORDINANCES. The Contractor shall keep himself fully informed of all existing and current ordinances and regulations of the Owner, and of county, state and federal laws in any way limiting or controlling the actions General Conditions ' 8-8 or operations of those engaged upon the work.,, _orr_,affecting the materials supplied to or by them. Ae shall at all times observe and comply with all such ordinances, regulations and laws, and shall protect and indemnify the •y. Owner and its officers and agents against any claims or liability arising from or based on any violation of the same. ' 28. SOURCE OF SUPPLY AND QUALITY OF MATERIALS. The Contractor shall not • start delivery of materials until the Engineer has approved the source of supply. Only materials conforming to the requirements of these specifi- t cations will be used in the work and such materials shall be used only after written approval has been given by the Engineer and only so long as the quality of said materials remains equal to the requirements of the speci- 'fications. The Contractor shall furnish approved materials from other sources if for any reason the product from any source at any time before commencing or during the prosecution of the work proves unacceptable. U. After approval, any materials which have become mixed with or coated with dirt or any other foreign substance during delivery and handling shall not be used in the work. ' 29. INSPECTION OF MATERIALS. All materials used and equipment furnished for the construction of the project shall be subject to test according to accepted standards, when necessary in the opinion of the Engineer or so ' required in these specifications. The laboratory or inspection. agency will be selected by the Owner. The Owner will pay for all laboratory inspection service, except when otherwise provided in the Detailed Specifications and ' except for tests which are made for the convenience of the Contractor. All material shall be subject to the inspection of the Engineer and only such materials shall be used as are in his opinion suitable or of acceptable quality, and in accordance with the terms and conditions of the contract, plans, and specifications. Where required by the Detailed Specifications, the Contractor shall furnish a simple field laboratory for making the most ' common field or plant tests of materials. Where required by the Detailed Specifications, the Contractor shall, in addition to furnishing the usual samples of materials, forward to the Engineer or to the laboratory selected by the Engineer, samples of materials taken at their source. In case such samples are requested, the Contractor shall not ship materials from such sources until the source has been approved by the Engineer. The approval of the source of materials does not in any way relieve the Contractor from ' furnishing materials as specified. 30. OPEN SPECIFICATIONS. Where materials or equipment are specified by a trade or brand name, it is not the intention of the Owner to discriminate against an equal product or another manufacturer, but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. Where the words."equivalent," "proper," ' or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of or equal to some things, in the opinion or judgment of the Engineer. ' Unless otherwise specified, all materials shall be the best of their res- pective kinds and shall be in all cases fully equal to approved samples. ' General Conditions 8-9 HH Notwithstanding that the words "are equal to" or other such expression may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute shall be approved in writing by the Engineer, and the Engineer shall have the right to require the use of such specifically designated materials, articles or processes. In case the Owner has good and sufficient reason to choose a particular brand or product, it reserves the right to require at the time of the award of the contract or the approval of the item, the use of said product and pay from its own funds (not federal matching funds) the net added cost to the Contractor over that of any item which would otherwise meet the specifications. 31. STORAGE OF MATERIALS. Materials shall be stored so as to insure the preservation of their quality and fitness for the work. When directed by the Engineer, they shall be placed on a wooden platform or other hard, clean surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be located so as to facilitate prompt inspection. 32. PATENT RIGHTS. All fees for any patented invention, article, or arrange- ment that is used in any manner connected with the construction, erection or maintenance of the work, or any part thereof embraced in the contract and these specifications, shall be included in the price stipulated in the con- tract for such work, and the Contractor must protect and hold harmless the Owner against any and all demands of such fees and claims. 33. SETTING AND FINAL ADJUSTMENT OF EQUIPMENT. When a particular manu- facturer's equipment is furnished, it shall be the responsibility of the Contractor to furnish an engineering representative of the manufacturer who shall supervise the final setting and adjustment of the equipment. 34. SANITARY CONVENIENCES. Sanitary conveniences, consistent with good health standards and decency, shall be provided for the workmen. 35. DRINKING WATER. The Contractor shall provide a safe drinking water for ' all workmen. The water shall come from a safe source approved by the State Department of Health. Water shall be delivered to workmen through an approved water spigot or angle jet fountain; the use of common drinking cups will be prohibited. 36. USE OF WATER. Water, if available, will be furnished without cost to the Contractor. The Contractor will furnish all material and make all connections under the supervision of the Owner. 37. SUNDAY, HOLIDAY AND NIGHT WORK. No work shall be done between the hours ' of 6:00 p.m. and 7:00 a.m., or on Sundays or legal holidays, except work as is necessary for the proper care and protection of work already performed, or in case of any emergency. It is understood, however, that night work may be established as a regular procedure by the Contractor if he first obtains the written permission of the Engineer, but that such permission may be revoked at any time by the Engineer, General Conditions ' 8-10 I ' if the Contractor fails to -maintain at night.an.adequate force and equipment for providing finished work in accordance with the requirements of the speci- fications. 38. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK. All work which has been rejected or condemned shall be repaired, or if it cannot be satisfactorily repaired, it shall be removed and replaced at the Contractor's expense. Defective materials shall be removed immediately from the site of the work. ' Work done without lines and grades having been given, work done beyond the lines, or not in conformity with the grades shown on the plans,.or as given (save as herein provided), work done without proper inspections, or any extra ' or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized, and at the option of the Engineer may not be ' measured and paid for, and may be ordered removed at the Contractor's expense. ' Upon the failure of the Contractor to satisfactorily repair, or to remove or replace, if so directed, rejected, unauthorized or condemned work or materials immediately after receiving notice from the Engineer, the Engineer shall, after giving written notice to the Contractor, have the authority to ' cause defective work to be remedied or removed and replaced, or to cause unauthorized work to be removed and to deduct the cost thereof from any compensation due or to become due the Contractor. ' 39. TEMPORARY SUSPENSION. The Engineer shall have the authority to suspend the work wholly or in part for such period or periods as he may deem necessary ' due to unsuitable weather, or such other conditions as are considered un- favorable for the production of work to meet the requirements of the plans - and specifications. ' If it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the traveling public unnecessarily nor become damaged ' in any way, and he shall take every precaution to prevent damage or deter- ioration of the work performed, and shall provide suitable drainage about the work and erect temporary structures where necessary. ' The Contractor shall not suspend work without written authority from the Engineer and shall proceed with the work promptly when notified by the Engineer to resume operations. ' 40. LIQUIDATED DAMAGES. The Contractor shall commence work within the time limits set out in the contract. If the Contractor fails to complete the contract within the time stipulated in the proposal and provided in the contract, the Contractor shall pay the Owner liquidated damages as provided in the contract for each calendar day of delay in completion. If the Contractor be delayed at any time in the progress of the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay General Conditions 8-11 1 I authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extensions shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay only one claim is necessary. 41. EXTRA TIME ALLOWANCE. Except as provided in Article 40 above, no , allowance shall be made of additional time for the contract unless the Contractor shall be delayed or restrained from prosecuting the work or some part thereof by injunction or other legal proceedings or delay on the part of the Owner to comply with the obligations imposed upon it by the law of the contract; provided that the time limit herein provided may be extended by Resolution or Ordinance of the Owner for any number of days to be stated in such Resolution or Ordinance. The liability of the Contractor and the Surety Company shall not be affected or in any manner released by an exten- sion of the time of the completion and acceptance thereof. Any extension of the time to the Contractor by Resolution or Ordinance shall not release the Contractor and Surety herein from the payment of the liquidated damages as provided for any period of time not included in the original contract or the time extension, as herein provided. In no event shall the Owner be liable or responsible to the Contractor, Surety, ' or any person, for, or on account of, any stoppage or delay of work herein provided for by injunction or any other kind of legal, equitable proceedings, or from or by, or on account of, any delay from any other cause whatsoever. 42. MODIFICATIONS AND ALTERATIONS. The Contractor agrees that the Owner shall have the right, when in its opinion it becomes necessary in the pro- secution of the work to modify the arrangement, character, grade or size of the work or appurtenances, but such modifications or alterations shall only be made on the order of the Owner, except as provided in Section 46 herein. Such order shall be of no effect until the price to be paid for the work or material under such modified or altered contract has been agreed upon in writing and signed by the Contractor and the Owner and the Contractor shall not be allowed to recover anything for work performed or materials used by reason of any modifications or alteration of this contract, unless an order is made and agreement signed as aforesaid, nor shall the Contractor in any case be allowed to recover more for such work and materials than said agreed price. 43. TRANSFER OF CONTRACT. If the Contractor shall at any time assign, sell or sublet, pledge or mortgage any part of this contract without the written consent of the Owner, the same may work as a forfeiture on the part of the Contractor. 44. ANNULMENT OF CONTRACT. The power is reserved to the Owner to suspend or annul the contract in whole or in part or to suspend the doing of. any work thereunder at any time for any failure on the part of the Contractor to comply with the terms of these specifications. If the contract be so suspended General Conditions ' 8-12 I I. or annulled in whole or in part on account•of�the fault of the Contractor to fulfill his obligations hereunder, then. the Contractor shall not be entitled Ito anything on account of damages thereby, nor shall annulment or suspension in any wise affect the right of said Owner to damages and penalties claimed by it on account of failure of said Contractor; but said annulment or suspen- ' sion must be ratified by the Owner before becoming final. 45. DEFENSE OF SUITS. In case any action at law or suit in equity is brought against the Owner or any of its officers or agents for or on account of the failure, omission or neglect of the Contractor or his subcontractors or his or their employees or agents, to do and perform any of the covenants, acts, matters or things by this contract undertaken to be done or performed by the ' Contractor or his subcontractors or his or their employees or agents, or for any injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their employees or agents, the Contractor shall indemnify and save harmless the Owner, its officers and agents of and from all losses, costs, actions, or lawsuits as may be brought as aforesaid. 46. ESTIMATED QUANTITIES. The Contractor agrees that the quantities of work as stated in his proposal and bid or indicated on the plans are only approxi- mate, and that during the progress of the work the Owner may find it advisable, and it shall have the right, to omit portions of the work and to increase or decrease the quantities, and that the Owner reserves the right to add to or take from any item as may be deemed necessary or desirable. Changes in the total amount (such restriction not to apply to individual items) of the contract price is not to exceed 10 percent of the base bid without the written consent of the Contractor. Under no circumstances or conditions will the Contractor be paid anything on account of anticipated profits upon the work or any portion ' thereof covered by this contract, which is not actually performed and which has not actually entered into the construction of said improvements. I [] I S C I 47. METHODS OF MEASUREMENTS. Unless specifically stated otherwise in this contract, no extra measurement or measurements according to local custom of any kind shall be allowed in measuring the work under this contract, but only the length, area, solid contents, number, weight or time in standard units, as the case may be, shall be considered. . 48. PRICES. In consideration of the faithful performance by the Contractor of all. the conditions, provisions and covenants of the contract and the speci- fications, to the satisfaction of the Owner, the Owner shall pay and the Contractor shall receive, the prices stipulated in his proposal and bid attached hereto and made a part hereof, and full compensation for everything furnished or done by the Contractor under the contract. The Owner also agrees to pay in addition such amounts as may be agreed upon for alterations and changes as set out in these specifications. 49. MONTHLY ESTIMATES AND PAYMENTS. On or about the first day of each month the Engineer will make an approximate estimate of the value of the work done and materials furnished in place on the work during the previous calendar month. He will also include the cost value of freight for equipment and materials General Conditions 8-13 Li readily accounted for, but not such items as cement, aggregate, lumber, nails and miscellaneous items. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Contractor 90 percent of the amount of such estimated value of materials furnished and work done during said previous calendar month. If the Owner shall at any time fail to make the Contractor a monthly estimate at the time herein specified, such failure shall not be held to vitiate or void the contract. 49A. PAYMENT PROCESSING FOR PROJECT WITH STATE OF ARKANSAS APPROPRIATED MONIES. The Arkansas Department of Finance and Administration has developed procedures to administer Act 813 of 1977 regarding payments to contractors. The following excerpt from said act sets out maximum processing time for payment requests. "Act 813 of 1977 allows a maximum processing time for contract payment requests. The architect [Engineer] is allowed five (5) working days; the state agency, board, commission, or institution five (5) working days; Arkansas State Building Services two (2) working days; Department of Finance and Administration five (5) working days. Transmittal times are not included in processing. Failure of any of the above to complete processing within the time allowed can result in a penalty being assessed against the responsible agency. Failure to include this information in the bid documents or specifications shall deem the bid proposal null and void." 50. CLEANING UP. The Contractor shall not allow the site of the work to become littered with trash and waste materials, but shall maintain the same in a neat and orderly condition throughout the construction period. On or before the completion of the work, the Contractor shall, without charge there- for, carefully clean all paving and clean out all pits, pipes, chambers or conduits, and shall tear down and remove all temporary structures built by him, and shall remove all rubbish of all kinds from any of the tracts or grounds which he had occupied, and shall leave them in first class condition. 51. ACCEPTANCE OF THE WORK. It shall be the duty of the Engineer to deter- mine when the work is complete and the contract fulfilled, and to recommend its acceptance by the Owner. 52. FINAL ESTIMATE AND PAYMENT. After official approval and acceptance of the work by the Owner, the Engineer shall be authorized to prepare a final estimate of the work done under this contract and the value thereof. Such final estimate shall be submitted to the Owner within 10 days after its pre- paration has been authorized as aforesaid. And the Owner shall, within 30 days after said final estimate is made and certified, pay the entire sum so found to be due hereunder, after deducting all amounts to be kept and retained under any provisions of this contract. All prior estimates and payments shall be subject to correction in the final estimate and payment. But, in the absence of error or manifest mistakes, it is agreed that all estimates, on the certificate of the Engineer, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. General Conditions 8-14 1 I Where part of tie monies for,construction,gi. the4project is being obtained by grant or loan from Federal agencies, such as'often is the case, the final ' estimate will not be certified until the project has been approved by the responsible Federal agency, and the final payment will not be made until the monies are received from such agency. Consequently, there is under such ' circumstances the possibility and likelihood of a delay in making said final payment in excess of the customary thirty days as is the case when the Owner has all necessary monies on hand. 53. RELEASE OF LIABILITY. No person, firm or corporation, other than the signer of this contract as Contractor, has any interest hereunder, and no claim shall be made or be valid, and neither the Owner nor any employees or ' agent thereof shall be liable or be held to pay any money, except as herein provided. The acceptance by the Contractor of the last payment shall operate as, and shall be, a release to the Owner and every officer and agent thereof, ' from all claims and liability to the Contractor for anything done or furnished for, or relative to the work, or for any act or neglect of the owner or of any person relating to or affecting the work. ' 54. CORRECTION OF WORK AFTER FINAL PAYMENT. Neither the final certificate nor payment nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and unless ' otherwise specified, he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of substantial completion. The Owner shall give ' notice of observed defects with reasonable promptness. All questions arising under this article shall be decided by the Engineer subject to arbitration. C C I I I C General Conditions C 8-15 I I G E N E R A L S P E C I F I C A 112!! U I I I I I CAST IRON, CEMENT ASBESTOS. AND STEEL PIPE (Including Fittings, Valves and Hydrants) Materials 1. GENERAL. All pipe shall be of the type, weight, class and/or designed working pressure shown on the Plans, set out in the Detailed Specifications or as set out in the Proposal and accepted by.the Owner. The Contractor shall, unless otherwise specified, furnish all material, equipment, tools and labor necessary to do the work required under this contract and unload, haul and distribute all pipe, castings, fittings, valves, hydrants and excavate the trenches and pits to the required dimensions; excavate the bell holes, con- struct and maintain all bridges for traffic control; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or ground water; provide barricades, guards and warning lights; lay and test the. pipe, castings, fittings, valves, hydrants and roadway surface unless otherwise stipulated; remove surplus excavated material; clean the site of the work; and maintain the street or other surface over the trenches as specified. The Contractor shall also furnish all equipment, tools, ' required to rearrange branch connections to main sewers, conduits, ducts, pipes or other structures in accordance drawings and stipulations included herein. 2. CAST IRON PIPE. Cast iron pipe, if used under this conform to the following specifications. I I H C I .1 Labor and materials or to rearrange sewer, with the contract contract, shall A. Pipe. Unless otherwise shown on the Plans or specified in the Detailed Specifications, cast iron pipe shall be of the bell and spigot type and shall be of the class shown on the plans or stipulated in the Proposal, or set out in the Detailed Specifications. Centrifugal cast pipe shall meet the requirements of the Federal Specifi- cations for pipe, cast iron (bell and spigot), designated as Federal Specifications WW -P -421b, and shall be cement lined in accordance with A.W.W.A: Specification C104, latest revision. "Sand Cast" cast iron pipe shall conform to all requirements of the Standard Specifications for Cast Iron Water Pipe and Fittings of the American Water Works Association, and shall be coated as stipulated therein. Two inch and 2-1/4 inch cast iron pipe, where shown on the plans, shall be in accordance with A.W.W.A. Specification C112, latest revision, and unless otherwise specified in the Detailed Specifications, shall be cement lined as set out for cast iron pipe. All joints shall be of the rubber ring or gasket slip joint type. - Pipe 9-1 C All flanged, flanged and bell, and flanged and spigot cast iron pipe shall conform to all requirements of the Standard Specifications for Cast Iron Water Pipe and Fittings of the American Water Works Association, except that American Society of Mechanical Engineers standard flanges shall be provided, where required, to replace bells, spigots, or both, of standard bell and spigot pipe. All flanged, flanged and bell, and flanged and spigot pipe shall be coated as stipulated in the A.W.W.A. Standard Speci- fications named above. Joints shall be of the type shown on the Plans or provided for in the Detailed Specifications or Proposal. B. Fittings. All fittings shall be of cast iron and shall conform to the requirements of the A.W.W.A. Standard Specifications for Cast Iron Pipe and Fittings. Where mechanical joints are specified, fittings may have same type of joints. Flanged fittings shall conform in dimensions, methods of manufacture and tests to the Standard Specifications for Cast Iron Pipe and Fittings as adopted for the A.W.W.A., to the Standard Specifications for Cast Iron Pipe Flanges and Flanged Fittings as adopted by the A.S.M.E., or the Standard Specifications for Cast Iron Fittings as adopted by the American Gas Association, or as dimensions shown indicate. All special casting not covered by the Standard Specifications referred to herein shall conform in quality, methods of manufacture and tests stipulated by the A.W.W.A. Standard Specifications for Cast Iron Water Pipe and Fittings. C. Flanges. All flanges for flanged pipe and fittings shall conform in weight, thickness and drilling to the Standard Specifications for Cast Iron Pipe Flanges and Flanged Fittings as adopted by the A.S.M.E. Unless otherwise specified, all flanges shall conform to the specifications for 125 pounds steam working pressure. Unless special drilling is shown on the Plans or required by the Engineer, drilling shall conform to the A.S.M.E. standard. D. Jointing. Yarning or packing material shall consist of one of the follow- ing: 1) moulded or tubular rubber rings; 2) asbestos rope; or 3) treated paper rope. All of the above materials shall be handled with care in order to prevent contamination and shall be dry when put into place in the joints. The material used shall be free of oil, tar or greasy substances. The yarning material shall be placed around the spigot of the pipe and shall be of proper dimensions to center the spigot in the bell. When the spigot is shoved home, the yarning material shall be driven tightly against the inside base of the hub of the bell with suitable yarning tools. When a single strand of yarning material is used, it shall have an overlap at the top of not more than 2 inches. When more than a single strand is Pipe 9-2 I I. ' required for a joint, each strand shall-•bec C<ut to sufficient length so that ' the ends will meet without causing overlap. The ends of the strands shall meet on opposite sides of the pipe and not on the top or at the bottom. Successive strands of yarning material shall be driven home separately. For lead joints and bell and spigot pipe, a space of not less than 2-1/4 ' inches in depth shall be left in the bell in pipe having a nominal diameter of 20 inches or less; 2-1/2 inches in 24, 30 and 36 inch pipe; and 3 inches in pipe larger than 36 inches. ' Where mechanical or push -on joint pipe is specified, it shall be in accor- dance with Federal Specifications WW -P -421b, Type II or Type III. E. Laying. Cast iron pipe shall be laid in accordance with A.W.W.A. Specifi- cation Designation C600, latest revision. I F I I LI H I L C 3. CEMENT ASBESTOS PIPE. Cement asbestos pipe, if used under this contract, shall conform to the following specifications. A. Pipe. Cement asbestos pipe shall, unless otherwise specified, be Class 150, in accordance with A.W.W.A. Specification C400, latest revision, and shall be joined with couplings known by the trade names of "Ring-Tite" or "Fluid-Tite," according to the respective manufacturers. In case cement asbestos pipe is used, short lengths shall be used at every connection in accordance with the manufacturer's specifications. Special attention is called to the manufacturer's requirements for bedding and compaction around cement asbestos pipe. B. Fittings. All fittings shall be as specified in Section 2. B. herein, except that the bells of fittings for cement asbestos pipe 10 inches in size and larger shall be increased in, or shall be fitted with a cast iron adapter as recommended by the manufacturer of the pipe, and that fittings having Type II or Type III joints may be specified. C. Joints. Pipe joints between cast iron and cement asbestos pipe shall be as specified under 2. A. Joints between pipe and fittings shall be lead and jute as specified under. 2. D. for cast iron pipe. Short pieces of pipe shall be used to connect all fittings, valves and specials, provided further that the Detailed Specifications may provide that such joints be mechanical or.slip-on type joints. D., Laying. Cement asbestos pipe shall be laid in accordance with the General Specifications hereinafter set out as to general conditions, but in accor- dance with the manufacturer's detailed specifications as to methods. Particular attention is called to the fact that fill around the pipe shall be. thoroughly compacted in accordance with the manufacturer's instructions. Manufacturers require more compaction and greater selection of material than is hereinafter set out in the General Specifications. 4. STEEL PIPE. Steel pipe, if used under this contract, shall conform to the following specifications. Pipe 9-3 I I A. Pipe. Pipe diameter and wall thickness shall be as specified in the Detailed Specifications. Diameter shall refer to outside diameter of ' the pipe. Pipe shall be made and tested in accordance with A.W.W.A. Standard Speci- fication for Steel Water Pipe 6 Inches and Larger, Designation C200, latest revision. All pipe shall be made up in the shop in sections 40 to 50 feet in length with not more than one circumferential joint in any length. Short lengths will be allowed for specials. Pipe may be made by welding one longitudinal joint or may be made by the spiral welding process. No riveted pipe will be considered. Steel plate shall conform to the Standard Specifications of the American Society for Testing Materials, Serial Designation A 283, Grade B, Specification for Low and Intermediate Tensile Strength Carbon -Steel Plates of Structural Quality. Coupons may be required to be cut from as many as one in each 20 lengths of pipe furnished to check the strength of welds. The strength of the welds must be at least 100 percent of the strength of the pipe. The manufacture of these pipes and the testing of them in the shop shall be inspected by a representative of a previously approved established laboratory or firm of national reputation for testing of this nature, and report shall be made to the Engineer of this inspection. The costs of these tests and inspection shall be borne by the Contractor. After each joint of the pipe is completed, it shall be tested under hydrostatic pressure as prescribed by A.W.W.A. Standard Specification for Steel Water Pipe 6 Inches and Larger, C200, latest revision. General sweating of the welds will not be accepted under this test. Changes in line and grade may be made by beveling the ends of the pipe if field welding is allowed, or they may be made by steel specials, or in the couplings if couplings are used. Steel specials must be made whenever the angle exceeds 10O. Specials may be made up of straight pipe fabricated into the required shape or may be made of special rolled sections. Any specials or fittings shall be of the same character and thickness of material as the main pipe line. Openings for air valves, main connections and blow -off connections must be provided with suitable reinforcement around the openings, welded to the body of the pipe. Openings of the sizes shown on the plans shall be furnished with blank flanges or plugs of proper strength to withstand the working pressure of the line where no other provision is made for closing the openings. B. Lining and Coating. All steel pipe shall be lined and coated in accor- dance with the A.W.W.A. Standard Specification for Coal -Tar Enamel Pro- tective Coatings and Linings for Steel Water Pipe Lines, Designation C203, latest revision, or Chlorinated Rubber -Alkyd Paint System for the Exterior of Aboveground Steel Water Piping, Designation C204, latest revision. The interior and exterior surfaces of all pipe shall be cleaned, primed Pipe ' 9-4 I • and coated with coal -tat r enamel, being'either A.W.W.A. Type A or Type B enamel.as selected by the Contractor, subject to the approval of the Engineer. The coal -tar primer and enamel shall be equal to that manu- factured by the Barrett Company or the Koppers Company, Inc. If field welding is to be allowed, the pipe joints are to be furnished with the inside and outside coating held back 12 inches on each end for field welding. If couplings are used, they shall be coated as specified ' for water pipe after installation. All bolts, nuts and spots where enamel is broken shall be touched up with enamel as specified for pipe. IC. Jointing. The plans show the plan and grade for the pipeline. The Con- tractor shall submit detail drawing to the Engineer for approval showing his proposed method of laying the pipe to these grades. All pipelines to be crossed shall be located before these drawings are prepared. The Engineer will either set the grade for each pipe or will set the lines and grade for the pipe on offset stakes. The Contractor shall maintain a constant and accurate check on the grade and alignment from these stakes. A uniform bedding shall be prepared for the pipe immediately before laying. I The Detailed Specifications state whether the pipe is to be welded or coupled, or whether the Contractor may choose either method at his option. If welding is to be used, the Contractor must, first file with the Engineer a •description of the method which he proposes to use, the name of the ' individual or company who will do the welding, with a statement as to the previous experience of such individual or company in this particular line of work. When requested, the Contractor shall cut coupons across the field welds and send them to an approved laboratory for testing. These welds must develop the full strength of the pipe. The Contractor, when per- mitted, may weld the line continuously or he may weld sections together ' and lower them into the ditch and connect the sections with a position weld. If the line is welded continuously, provisions must be made for slack in the lines. If couplings are used throughout for joining the pipes, as much as 240 feet may be joined together on top of the ditch and ' the sections carefully lowered into the ditch and connected. Any coating • or lining damaged during shipment or laying of the pipe shall be repaired • to the.satsifaction of the Engineer,. as specified above under Lining and ' Coating, Section 4. B. D. Field Joints. After the field joints have been welded, if welding is allowed, the uncoated portions of the pipe and the welds both inside and outside shall be thoroughly cleaned and dried, and freed from loose mill scale, grease, paint, dirt, moisture, or other foreign matter. They shall then receive one coat of Bitumastic or Barrett enamel, applied hot. On I. the inside of the pipe the enamel is to be applied as smoothly as possible. Both the priming solution and the enamel shall be of the same grade and manufacture as used on the remainder of the pipe. If couplings are used to join the pipes together, the ends of the pipe shall be primed and enameled before the pipe is laid. Pipe 1 9-5 L All of the lining and coating of the steel pipe, including the field touch- up work, is to be done under the direction of the manufacturer of the lining and coating to the satisfaction of the Engineer. The pipe couplings shall be of a gasketed, sleeve -type, with diameter to properly fit the pipe. Each coupling shall consist of one steel middle ring, of thickness and length specified; two steel followers; two rubber - compounded wedge section gaskets; and sufficient track -head steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The couplings shall be assembled on the job in a manner to insure perma- nently tight joints under all reasonable conditions of expansion, contraction, shifting and settlement, unavoidable variations in trench gradient, etc. The coupling shall be Dresser, Style 38, as manufactured by Dresser Manufacturing Division, Bradford, Pa., or couplings of equal quality, and the necessary quantity shall be furnished. 5. VALVE AND VALVE BOXES. All valves shall conform to the A.W.W.A. Specifi- cation Designation C500, latest revision, for materials, construction and work- manship and shall be of the double -disc gate type, non -rising stem end unless otherwise shown on the Plans or in the Detailed Specifications, and shall be designed for 150 pounds working pressure and shall be of the hub end type. Where it is shown on the Plans that lines are to be tapped under pressure, tapping valves shall conform to the above specifications and shall be fitted with a hub extension for connecting to spigot and cast iron pipe. Unless otherwise shown on the plans, all underground valves shall include a valve box and the cost of such valve box shall be included in the unit price bid for valves of the various sizes complete in place. The valve box shall be of a cast iron box of the extension type, consisting of three pieces, suitable for the depth of covering over the pipelines as shown on the Plans. They shall be provided with a diameter of not less than 5 inches and the minimum thickness of metal at any point shall not be less than 3/16 inch. They shall be painted inside and out with a good asphaltum paint. 6. FIRE HYDRANTS. Unless otherwise specified on the Plans or in the Detailed Specifications, fire hydrants shall be classified according to the diameter of the opening of the main valve seat, and the number and size of hose connections. Caps and nozzles shall be threaded to the National Standard thread of the sizes shown on the Plans or specified in the Proposal. Fire hydrant lengths shall be adjusted by a hydrant riser to correspond with the depth of the trench or established grades, and the cost of such risers shall be included in the price set out in the Proposal for the hydrant com- plete in place. Where specified in the Plans or set out in the Proposal, the hydrant shall be equipped with a breakable coupling above the ground line. The hydrant shall be so designed as to make repairs to broken upper sections without digging out the hydrant. The upper section of the barrel shall contain hose and pumper nozzles as specified. The inlet to the hydrant shall be an elbow or hydrant shoe, provided with a Pipe 9-6 ' ?t4t 's"�. Jn:gl.. bell flange to fit branch from-xhe main; other;;.types of flanges are to be pro- vided if set out in the Detailed Specifications. ' Drain openings shall be provided in the hydrant shoe to drain the hydrant after use. The operating stem shall be made of steel or wrought iron and shall be sheathed in bronze or other suitable material where it passes through the stuffing box. ' Working parts of iron or steel against other iron or steel will not be permitted. All working parts, including main valve assembly shall be removable through the barrel without excavating. All materials and workmanship used in the construc- tion of hydrants shall be in accordance with the current specifications adopted by the A.W.W.A. Designation C502, latest revision. Each fire hydrant shall be tested to 300 pounds hydrostatic pressure supplied ' from the inlet side; first with main valve closed for testing valve seat; and, second, with main valve open for testing of drain valves and strength of entire hydrant. ' All fire hydrants shall receive two coats of shop paint. One coat of field paint shall be applied as specified by the Engineer. ' 7. RESPONSIBILITY FOR MATERIAL. A. Responsibility When Furnished by Contractor. The Contractor shall be ' responsible for all material furnished by him and shall replace at his own expense all such material found defective in manufacture or damaged in handling after delivery by the manufacturer. This shall include the ' furnishing of all material and labor required for the replacement of installed material discovered defective prior to the final acceptance of the work. B. Responsibility When Furnished by Owner. The Contractor's responsibility for material furnished by the Owner shall begin at the point of delivery there- of to said Contractor. Materials already on the site shall become the ' Contractor's responsibility on the day of the award of the contract. The Contractor shall examine all material furnished by the Owner at the time and place of delivery to him and shall reject all defective material. Any ' material furnished by the Owner and installed by the Contractor without discovery of such defects will, if found defective prior to final accep- tance of the work, be replaced with sound material by the Owner. However, the Contractor shall at his own expense, furnish all supplies, labor and ' facilities necessary to remove said defective material and install the sound material in a manner satisfactory to the Engineer. IC. Responsibility for Safe Storage. The Contractor shall be responsible for the safe storage of material furnished by or to him and accepted by him, and intended for the work, until it has been incorporated in the completed ' project. The interior of all pipe, fittings and other accessories shall be kept free from dirt and foreign matter at all times. Valves and hydrants shall be drained and stored in a manner that will protect them from damage by freezing. Pipe ' 9-7 D. Replacement of Damaged Material. Any material furnished by the Owner that becomes damaged after acceptance by the Contractor shall be replaced at his own expense. 8. HANDLING OF MATERIAL. A. Hauling. All materials furnished by the Contractor shall be delivered and distributed at the site by the Contractor. Materials furnished by the Owner shall be picked up by the Contractor at points designated, and hauled to and distributed at the site. Pipe, fittings, valves, hydrants and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. ' In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. B. Care of Pipe Coating and Lining. Pipe shall be so handled that the coating and lining will not be damaged. However, if any part of the coating or lining is damaged, the repair shall be made by the Contractor at his expense in a manner satisfactory to the Engineer. 9. ALIGNMENT AND GRADE. The water main shall be laid and maintained to the required lines and grades with fitting, valves and hydrants at the required locations, spigots centered in bells, and all valve and hydrant stems plumb. A. Deviations Occasioned by Other Structures. Whenever obstructions not shown on the plans are encountered during the progress of the work and interfere to such an extent that an alteration in the plan is required, the Engineer shall have the authority to change the plans and order a deviation from the line and grade or arrange with the owners of the structures for the removal, relocation or reconstruction of the obstruction. B. Caution in Excavation. The Contractor shall proceed with caution in the ' excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined, and he shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. C. Depth of Pipe. All pipe shall be laid to the depth shown on the contract drawings or as required in the Detailed Specifications. Any variation therefrom shall be made only at the order of the Engineer. 10. EXCAVATION AND PREPARATION OF TRENCH. The trench shall be dug so that the pipe can be laid to the alignment and depth required, and it shall be excavated only so far in advance of pipe laying as specified or permitted by the Engineer. The trench shall be so braced and drained that the workmen may work therein safely and efficiently. It is essential that the discharge of the trench dewatering pumps be conducted to natural drainage channels, drains or sewers. Pipe 9-8 ' 'f A. Width of Trench. The width of. the trench,,sha11 be ample to permit the pipe to be laid and jointed properly, and the backfill to be placed and com- pacted as specified. Trenches shall be of such extra width, when required, as.will permit the convenient placing of timber supports, sheeting and bracing, and handling of specials. B. Bell Holes. Where pipe types require the use of bell holes; they shall be provided at each joint to be made properly. Y ' C. Pipe Clearance in Rocks. Ledge rocks, boulders and large stones shall be removed to provide a clearance of at least 6 inches below and on each side of all pipe, valves and fittings for pipes 24 inches in diameter or less, and 9 inches for pipes larger than 24 inches in diameter. The specified minimum clearances are the minimum clear distances which I. will be permitted between any part of the pipe and appurtenances being laid and any part, projection or point of such rock, boulder or stone. ID. Excavation to Grade. The trench shall be excavated to the depth required so as to. provide a uniform and continuous bearing and support for the pipe on solid and undisturbed ground at every point between bell holes, except that it will be permissible to disturb and otherwise damage the finished ' surface over a maximum length of 18 inches near the middle of each length of pipe by the withdrawal of pipe slings or other lifting tacks. Any part of the bottom of the excavation below the specified grade shall be corrected with the approved material and thoroughly compacted as directed by the Engineer. The finished subgrade shall be prepared accurately by means of hand tools. The subgrade beneath the centerline of the pipe shall be finished to within 0.03 feet of a straight line between pipe joints or batterboards, and all tolerances shall be above the specified grade. ' If, .in the opinion of the Engineer, soil conditions are encountered at subgrade which require all or part of the work to be done in accordance ' with paragraph E below, the Engineer shall have the authority to order the work to be done, and the Contractor will be allowed extra compensation for the additional work. E. Excavation Below Grade. The trench shall be excavated to at least 3 inches and not more than 6, inches below the specified grade. Before the pipe is laid, the subgrade shall be made by backfilling with an approved material in 3 inch uncompacted layers. The layers shall be thoroughly tamped as directed by the Engineer so as to provide a uniform and con- tinuous bearing and support for the pipe at every point between bell t holes, except that it will be permissible to disturb and otherwise damage the finished surface over a maximum length of 18 inches near the middle of each length of pipe by the withdrawal of pipe slings or other lifting • tackle. The finished subgrade shall be prepared accurately by means of hand tools. The subgrade beneath the centerline of the pipe shall be finished to within 1 Pipe ' • . 9-9 • L , 0.03 feet of a straight line between pipe joints or batterboards, and all tolerances shall be above the specified grade. F. Excavation in Poor Soil and Refilling to Grade. Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, all types of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, the Contractor shall excavate and remove such unsuit- able material to the width and depth ordered by the Engineer. Before the pipe is laid, the subgrade shall be made by backfilling with an approved material in 3 inch uncompacted layers. The layers shall be thoroughly tamped as directed by the Engineer so as to provide a uniform and contin- uous bearing and support for the pipe at every point between bell holes, except that it will be permissible to disturb and otherwise damage the finished surface over a maximum length of 18 inches near the middle of each length of pipe by the withdrawal of pipe slings or other lifting tackle. The finished subgrade shall be prepared accurately by means of hand tools. The subgrade beneath the centerline of the pipe shall be finished to within , 0.03 feet of a straight line between pipe joints or batterboards, and all tolerances shall be above the specified grade. G. Special Foundation in Poor Soil. Where the bottom of the trench at sub - grade is found to consist of material which is unstable to such a degree that, in the opinion of the Engineer, it cannot be removed and replaced with an approved material thoroughly compacted in place to support the pipe properly, the Contractor shall construct a foundation for the pipe, consisting of piling, timbers or other materials, in accordance with plans prepared by the Engineer. Extra compensation will be allowed for the additional work. H. Subgrade in Rock Trenches. Where excavation is made in rock or boulders and the clearance specified in paragraph 10.C. above is provided, the subgrade shall be made by backfilling with an approved material in 3 inch uncompacted layers. , The layers shall be thoroughly tamped as directed by the Engineer so as to provide a uniform and continuous bearing and support for the pipe at every point between bell holes, except that it will be permissible to disturb and otherwise damage the finished surface over a maximum length of 18 inches near the middle of each pipe length by the withdrawal of pipe slings or other lifting tackle. The finished subgrade shall be prepared , accurately with hand tools. The subgrade beneath the centerline of the pipe shall be finished to within 0.03 feet of a straight line between pipe joints or batterboards, and all tolerances shall be above the specified grade. I. Rock Excavation. NOTE: Unless the Detailed Specifications and Proposal make provision for payment for rock excavation, it is not a separate pay Pipe 9-10 I item, and its cost shallr;be included in'thefunit prices bid for the various items of construction listed. The word "rock" wherever used as the name of an excavated material shall I. mean boulders and pieces of concrete or masonry exceeding 250 pounds in weight, or solid ledge rock and masonry which, in the opinion of the Engineer, requires for its removal drilling and blasting, wedging, sledging, or barring, or breaking up with a power operated hand tool. ' No soft or disintegrated rock which can be removed with a hand pick or power operated excavator or shovel, nor loose, shaken or previously blasted rock or broken stone in rock filling or elsewhere, and no rock exterior to the minimum limits of measurement allowed, which may fall • into the excavation, will be measured or allowed. J. Blasting. Blasting for excavation will be undertaken only when proper ' precautions have been taken for the protection of persons or property. The responsibility for all required precautions is the sole responsibility of the Contractor. Any damage caused by blasting shall be repaired by ' the Contractor at his expense. The Contractor's methods of procedure in blasting shall conform to the state laws and municipal ordinances. ' K. Braced and Sheeted Trenches. Open cut trenches shall be sheeted and braced as required by any governing state laws and municipal ordinances, and as may be necessary to protect life, property or the work. When close sheet- ing is required, it shall be so driven as to prevent adjacent soil from ' entering the trench either below or through such sheeting. Where sheeting and bracing are used, the trench width shall be increased accordingly. ' Sheeting and bracing which have been ordered left in place must be removed for a distance of 3 feet below the established street grade or the existing surface of the street, whichever is lower. Trench bracing, except that ' which must be left in place, may be removed when the backfilling has reached the respective levels of such bracing. Sheeting, except that which has been left in place, may be removed after the backfilling has been completed or has been brought up to such an elevation as to permit its ' safe removal. Sheeting and bracing may be removed before flushing the trench, but only in such manner as will ensure the adequate protection of the completed water structures and adjacent ground. ' The cost of furnishing, placing and removing the sheeting and bracing and the leaving in place of sheeting and bracing indicated on the plans shall be included in the price bid for the work. When sheeting and bracing have been ordered by the Engineer, or when such sheeting and bracing have been ordered left in place by the Engineer, the payment for same shall be as an extra. When sheeting and bracing have been ordered left in place, payment ' for same shall include the upper 3 feet or "cut-off" section of the sheeting. IL. Care of Surface Material for Reuse. All surface materials which, in the opinion of the Engineer, are suitable for reuse in restoring the surface shall be kept separate from the general excavation material, as directed by the Engineer. ' Pipe 9-11 C M. Piling Excavated Material. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear or other satisfactory provisions made for street drainage, and natural water courses shall not be obstructed. N. Trenching by Hand and Machine. Hand methods for excavation shall be employed in locations shown on the drawings. In other locations the Contractor may use trench digging machinery or employ hand methods. 0. Barricades, Guards and Safety Provisions. To protect persons from injury and to avoid property damage, adequate barricades, construction signs, torches, red lanterns and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the highway. All material piles, equipment and pipe which may serve as obstructions to traffic shall be enclosed by fences or barricades and shall be protected by proper lights when the visi- bility is poor. The rules and regulations of the local authorities respecting safety provisions shall be observed. Execution of these safety precautions is the sole responsibility of the Contractor. P. Maintenance of Traffic and Closing of Streets. The Contractor shall carry on the work in a manner which will cause the least interruption to traffic, and may close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, the Contractor shall provide suitable bridges at street inter- sections and driveways. The Contractor shall post, where required by the Engineer, suitable signs indicating that a street is closed and necessary detour signs for a proper maintenance of traffic. 1 Q. Structure Protection. Temporary support, adequate protection and maintenance of all underground and surface structures, drains, sewers and other obstruc- tions encountered in the progress of the work shall be furnished by the Contractor at his expense. The structures which may have been disturbed shall be restored upon completion of the work. R. Protection of Property and Surface Structures. Trees, shrubbery, fences, poles and all other property and surface structures shall be protected unless their removal is shown on the drawings or authorized by the Engineer. S. Interruption of Service. No valve or other control on the existing system shall be operated for any purpose by the Contractor. The Owner will operate all valves, hydrants, blow -offs and curb stops. 1 Pipe 1 9-12 1 I 4 ; I I I I I I I L. I I I I I I I I' 11. VALVES AND FITTINGS. A. General. Valves, fittings, plugs and caps shall be set and jointed to pipe in the manner heretofore specified for cleaning, laying and jointing pipe. B. Location of Valves. Valves in water mains shall, where possible, be located on the street property lines extended unless shown otherwise on the plans. C. Valve Boxes and Valve Pits. A valve box or a masonry pit shall be provided for every valve. A valve box shall be provided for. every valve which has no gearing or opera- ting mechanism or in which the gearing or operating mechanism is fully . protected with a cast iron grease case. The valve box shall not transmit shock or stress to the valve and shall be centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the finished pavement or such other level as may be directed. A masonry valve pit shall be provided for every valve which has exposed gearing or operating mechanisms. The valve nut shall be readily accessible for operation through the opening in the manhole, which shall be set flush with the surface of the finished pavement or such other level as may be specified. Pits shall be so constructed as to permit minor valve repairs and afford protection to the valve and pipe from impact where they pass through the pit walls. D. Drainage of Mains. Mains shall be drained through drainage branches or blow -offs to dry walls from which the water can be pumped. Drainage branches, blow -offs, air vents and appurtenances shall be provided with gate valves and shall be located and installed as shown on the plans. Drainage branches or blow -offs shall not be connected to any sewer, sub -- merged in any stream or be installed in any other manner that will permit back siphonage into the distribution system. E. Dead Ends. All dead ends on new mains shall be closed with cast iron plugs or caps; with or without a blow -off cock, as shown on the drawings. F. Valve Boxes Used on Cement Asbestos Pipe. Valve boxes used on cement asbestos pipe shall be supported by use of a pad of concrete poured around the top so that trucks and traffic cannot settle the, box against the pipe and cause fracture. 12. SETTING HYDRANTS. A. Location. Hydrants shall be located as shown or as directed and in a manner to provide complete accessibility, and also in such a manner that the possibility of damage from vehicles or injury to pedestrians will be minimized. Pipe 9-13 I When placed beyond the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 6 inches nor more than 12 inches from the gutter face of the curb. When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within 6 inches of the sidewalk. B. Position. All hydrants shall stand plumb and shall have their nozzles parallel with or at right angles to the curb, with the pumper nozzle facing the curb, except that hydrants, having two hose nozzles 900 apart shall be set with each nozzle facing the curb at an angle of 45°. Hydrants shall be set to the established grade, with nozzles at least 12 inches above the ground, as shown or as directed by the Engineer. C. Connection to Main. Each hydrant shall be connected to the main with a 6 inch cast iron branch controlled by an independent 6 inch gate valve, except as otherwise specified. D. Hydrant Drainage in Pervious Soil. Wherever a hydrant is set in soil that is pervious, drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with coarse sand from the bottom of the trench to at least 6 inches above the waste opening in the hydrant and to a distance of 1 foot around the elbow. No drainage system shall be connected to a sewer. E. Hydrant Drainage in Impervious Soil. Wherever a hydrant is set in clay or other impervious soil, a drainage pit 2 feet in diameter and 3 feet deep shall be excavated below each hydrant and filled compactly with coarse gravel or crushed stone mixed with coarse sand, under and around the elbow of the hydrant and to a level of 6 inches above the waste opening. No drainage pit shall be connected to a sewer. 13. ANCHORAGE. ' A. Anchorage for Hydrants. The bowl of each hydrant shall be well braced against unexcavated earth at the end of the trench with stone slabs or concrete backing, or it shall be tied to the pipe with suitable metal tie rods or clamps, as shown or directed by the Engineer. B. Anchorage for Plugs, Caps, Tees and Bends. All plugs, caps, tees and bends deflecting 22-1/2° or more on mains 8 inches in diameter or larger shall be provided with a reaction backing, or movement shall be prevented by attaching suitable metal rods or clamps as shown or specified. C. Reaction Backing. Reaction backing shall be concrete of a mix not leaner than 1 cement, 2-1/2 sand, and 5 stone, and having a compressive strength of not less than 2,000 pounds per square inch at 28 days. Backing shall be placed between solid ground and the fitting to be anchored. The area of bearing on the pipe and on the ground in each instance shall be that shown or directed by the Engineer. The backing shall, unless otherwise shown or directed, be so placed that the pipe and fitting joints will be accessible for repair. Pipe 9-14 I I I I I I 1 I I 1 I I1 I I l-, I D. Metal Harness. Metal harness of tie rodst,oryclamps of adequate strength to prevent movement may be used instead of. concrete backing, as' directed by the Engineer. Steel rods or clamps shall be galvanized or otherwise rust -proof treated, or shall be painted as shown or directed by the Engineer. 14. TESTING. A. Distribution and Treated Water Mains. Pipe, regardless of the type shall be tested as set out in A.W.W.A. C600, latest revision, for cast iron mains. Where test procedures are not set out in the Detailed Specifi- cations, the pressures outlined shall apply. B. Supply Mains. Supply mains shall be tested at the full hydrostatic pressure under which they are to operate. Tests may be.conducted after the line is completed and the backfill is made. C. Duration of Test. Test pressures shall be maintained as set out in A.W.W.A. C600, latest revision. D. Method of Testing. Where joints are left open for inspection, ordinary operating line pressures may be used and the leakage determined by inspection. Where joints are covered, metered connections shall be used whenever practical. In case of pump line where metered water is not available, the lines may be filled and left under pressure for a period of 24 hours and the loss determined by pressure gauges. E. Allowable Leakage. Leakage for all types of pipe shall be within the limits set out in the tentative Standard Specifications for Installation of Cast Iron Water Mains, A.W.W.A. Designation C600, latest revision. Should any test of pipe laid disclose leakage greater than that speci- fied, the Contractor shall, at his own expense, locate and repair the defective joints until the leakage is within the specified allowance. (Cement asbestos pipe A.W.W.A. C603, latest revision.) `3 15. BACKFILLING. A. Backfill Material. All backfill material shall be free from cinder, ashes, refuse, vegetable or organic material, boulders, rock or stones, or other material which in the opinion of the Engineer is unsuitable. How- ever, from 1 foot above the top of the pipe to the subgrade of the pave- ment, material containing stones up to 8 inches in their greatest dimen- sion may be used, unless specified otherwise herein. B. Use of Excavated Material as Backfill. When the type of backfill material is not indicated on the drawings or specified, the Contractor may back - fill with the excavated material, provided that such material consists of loam clay, sand, gravel or other materials which, in the! opinion of the Engineer, are suitable for backfilling. Where excavated material is indicated on the drawings or specified for backfill and there is a deficiency due to a rejection of part thereof, the Contractor shall furnish the required amount of sand, gravel or other approved material. L1 Pipe 9-15 C. Sand or Gravel Backfill. Where sand or gravel backfill is not indicated on the drawings or specified herein, and in the opinion of the Engineer should be used in any part of the work, the Contractor shall furnish and backfill with sand or gravel as directed as an extra. D. Backfilling Under Pipe. All trenches —whether the pipe, fittings and appurtenances are laid on a flat bottom at subgrade, laid on fill or laid on blocking —shall be backfilled by hand, from the bottom of the trench to the centerline of the pipe with approved material placed in layers of 3 inches and compacted by tamping. Backfilling material shall be deposited in the trench for its full width on each side of the pipe, fittings, and appurtenances simultaneously. E. Backfilling Over Pipe. From the centerline of the pipe, fittings, and appurtenances to the depth of 1 foot above the top of the pipe, the trench shall be backfilled with select materials by hand or by approved mechanical methods. The Contractor shall use special care in placing this portion of the backfill so as to avoid injury or moving the pipe. F. Backfilling to Grade. From 1 foot above the pipe to the grade shown on the drawings or specified herein, the trench shall be backfilled by hand or by approved mechanical methods. G. Backfill Under Permanent Pavement. Where the excavation is made through permanent pavement, curbs, driveways or sidewalks or where such structures are undercut by the excavation, the entire backfill to the subgrade of the structures shall be made with select materials. Such material shall be thoroughly compacted with air tamps to the base of the surface to be replaced. Walks and driveways consisting of broken stone, gravel, slag ' or cinders shall not be considered as being of a permanent construction. H. Backfilling Where Settlement Unimportant. Unless otherwise specified, the Contractor may backfill the trench from 1 foot above the pipe to the top of the trench with the excavated material, and the backfill shall be neatly rounded over the trench to a sufficient height to allow for settlement of grade after consolidation. I. Backfilling in Freezing Weather. Backfilling shall not be done in freezing weather except by permission of the Engineer, and it shall not be made with frozen material. No fill shall be made where the material already in the trench is frozen. 16. REMOVAL, RESTORATION AND MAINTENANCE OF SURFACE. A. Allowable Removal of Pavement. The Contractor shall remove pavement and road surfaces as a part of the trench excavation, and the amount removed shall depend upon the width of trench specified for the installation of the pipe and the width and length of the pavement area required to be removed for the installation of gate valves, specials, manholes or other structures. The width of pavement removed along the normal trench for the installation of the pipe shall not exceed the width of the trench specified by more than 6 inches on each side of the trench. The width 1 Pipe 9-16 I and lengths of the areaof,,pavement removed:^for the installation of the I. gate valves, specials; manholes or other structures shall not exceed the maximum linear dimensions of such structures by more than 6 inches each side. Wherever, in the opinion of the Engineer, existing conditions make it necessary or advisable to remove additional pavement, the Contractor U shall remove it as directed by the Engineer and shall receive extra compensation therefor, provided such additional work is not shown in the drawings or specified. The Contractor shall use such methods, either I..drillingor chipping, as will assure the breaking of the pavement along straight lines. The face of the remaining pavement shall be approxi- mately vertical. If the Contractor removes or damages pavement or surfaces beyond the limits specified above, such pavement and surfaces shall be replaced or repaired at the expense of the Contractor. ' B. Restoration of Damaged Surfaces and Property. Where any pavement, trees, shrubbery, fences, poles or other property and surface structures have ' been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry out the requirements of the contract documents, state laws, municipal ordinances of the specific direction of the Engineer, or through failure to employ usual and reasonable safeguards, such , pro- perty and surface structures shall be replaced or repaired at the expense of the Contractor. IC. Replacement of Pavement and Structures by Contractor. The Contractor shall restore (unless otherwise stipulated) all pavement, sidewalks, curbing, gutter, shrubbery, fences, poles, or other property and surface structures t removed or disturbed as a part of the work to a condition equal to that before the work began, furnishing all labor and materials incidental there- to. In restoring the pavement, sound granite blocks, sound brick or asphalt paving blocks may be restored unless and until, in the opinion of ' the Engineer, the conditions of the backfill are such as to properly support the pavement. ID. Cleaning Up. All surplus water main materials furnished by the Contractor and all tools and temporary structures shall be removed from the site by the Contractor. All dirt, rubbish and excess earth from the excavation ' shall be hauled to a dump provided by the Contractor.and the construction site left clean to the satisfaction of the Engineer. All surplus water main materials furnished by the Owner and delivered to the site by the Contractor shall be removed and delivered by the Contractor to a location designated by the Owner. All surplus water main material furnished and delivered by the Owner shall be removed by the Owner. 17. CONNECTION TO EXISTING LINES. Where connections to existing lines are to be made, such fittings as are shown on the plans shall be installed. If fittings are not specified, then such fittings as are necessary to make the proper , con- nections shall be installed. Wherever crosses or tees are installed for future connections, the section of the fittings being used shall be plugged with a standard cast iron plug or cap. ' Pipe 9-17 1 Wherever it is necessary to connect to existing lines in use, the Contractor shall notify the Water Superintendent of the Owner at least 24 hours prior to the time he is ready to make the connection. Together with the Engineer, an agreed time shall be set for such connection to be made. If water service is to be interrupted, the time for making the connection shall be at the discretion of the Water Superintendent and Engineer, and the Contractor shall make such connections at the time specified. When making connections to water lines in service, it is of the utmost impor- tance that the Contractor shall make such connections as quickly as possible and water service shall not be cut off until the Contractor has everything in readiness to the satisfaction of the Engineer. No valves or hydrants in service shall be opened or closed by anyone other than ' the persons authorized by the Owner. Where connections, other than service taps are to be made under pressure to water lines in service, standard cutting -in sleeves and valves shall be used. The sleeves shall be of the type which use lead joints. They shall be placed according to the recommendation of the manufacturer and the instructions of the Engineer. After the sleeves, tapping valves and all necessary equipment has been set in position, the cut shall be made in the presence of the Engineer and the Water Superintendent of the Owner, so if trouble should develop it could be remedied in the most speedy manner possible. Cutting sleeves and valves shall be Mueller, A. P. Smith, or equal. Where tees, valves, crosses or other fittings are to be installed in existing lines, a section of sufficient length of the existing line shall be removed to allow the installation of the fittings, a short section of pipe and a connecting sleeve. The use of cutting -in sleeves for lead caulked joints will be permitted if approved by the Engineer in advance. The use of so-called cutting -in valves, tees or crosses will not be permitted. In all cases, sufficient room to allow joints as herein specified shall be provided. 18. STERILIZATION OF PIPES. All pipes are to be sterilized after laying is completed. Sterilization shall be in accordance with A.W.W.A. Specification C601, latest revision. Sterilization may be carried on at the same time the leak test is made as outlined in Section 14 above. After the lines are sterilized, samples shall be taken from each of the respective sections of the lines and tested in an approved laboratory. The lines shall not be placed in operation until two consecutive samples showing negative reports are received on each of the respective sections. Pipe used in force mains where the water is to be filtered, and for use in sewer construction, need not be sterilized. However, pipe used in force mains, where water is to be used without filtration, shall be sterilized. 19. PAYMENT. Unless otherwise set out in the Proposal or the Detailed Speci- , fications, payment for pipe shall be according to the actual measurements of linear feet of pipe complete in place. No deduction shall be made for valves, fittings, hydrants, or other specials included in the length of the line, but measurements shall be made from centerline of connections to end of line or centerline of hydrant, valve or other fitting placed at the end of any main Pipe 9-18 or branch line. If pipe is joined to fittings4n..place, then measurements shall be from the end of the':first 'piece of `pi'e&`laid. In special structures ' such as creek crossings, buildings or other items in which lump sum or other methods of payment include payment for pipe and fittings, such pipe and fittings shall not be included in the unit measured for payment for pipe in ' place. 1 1 • • 1 1 1 ' Pipe 9-19 LI I I [' C I I I I I I I I I I I I r' G E N E R A L S P E C I F I C A T I O N S PIPE SEWERS 1. 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 Contractor's work force, nor make the Engi-- neer responsible for providing a safe place for the performance of work by the Contractor or the Contractor's employees or those of the suppliers, his sub- contractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsibilities are covered under the provisions of the contract, the Contractor's insurance and performance bond and cannot be the responsibility of the Engineer. The above provision does not prevent the Engineer or his 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. 2. VITRIFIED CLAY SEWER PIPE. All clay sewer pipe and fittings for sanitary sewers shall be of the best quality of hard -burned vitrified glazed clay bell and spigot sewer pipe meeting the requirements of A.S.T.M. Designation C 13-57 T. 3. JOINTING, VITRIFIED CLAY PIPE. A. Factory Installed Joints. Unless otherwise shown on the plans or provided for in the Proposal and Detailed Specifications, the vitrified glazed clay pipe shall also have factory -applied joints or coupling on the spigot and bell ends of the pipe meeting A.S.T.M. Designation C 425, latest revision, and compounded of a high quality polyurethane elastomer applied to the pipe and properly manufactured to a desired hardness and compressibility to form a tight compression joint. The resilient polyurethane should have the following characteristics: 1. A minimum tear strength of 50 psi (A.S.T.M. D624). 2. Percent elongation of not less than 80 percent and shall return to original volume and shape upon release of elongating force (A.S.T.M. D 412). 3. A compression set value of less than 5 percent (A.S.T.M. D395 A). 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. Pipe Sewers 11-1 I n The factory -applied joint shall be the Dickey coupling, as manufactured by the W. S. Dickey Clay Manufacturing Company, or an approved equal. B. Installing Factory -Jointed Pipe. In jointing vitrified glazed pipe, the surface shall be wiped free of dust, dirt, gravel, or other foreign materials prior to the application of the lubricant. The vitrified glazed clay pipe with the factory -applied coupling shall be connected by first brushing upon the mating surfaces the proper lubricant as recommended by the pipe supplier. The spigot end shall then be centered on grade into the bell end of the last downstream clay pipe length and shoved "home" and properly seated with the application of a moderate force by a pry or lever device. C. Poured Joints. Where poured joints are specified, the joint shall consist of jute packing and of a joint poured with bitumastic material as hereinafter specified. The spigot of the pipe shall first be centered in the bell by caulking with dry jute packing. Only sufficient jute packing shall be used to retain the filler. The use of oiled jute will not be permitted. After centering, the joints shall be poured with a rope or runner to be used to retain the joint material in the bell. The minimum depth of the asphaltic point shall be 1-1/2 inches. The pouring shall not be removed until the joint has completely set. Pipes 15 inches and under may be poured on the surface in sections not to exceed two joints, and lowered into the trench so that they will be true to line and grade. After pouring, care shall be taken to prevent pressure from being placed on the joints so that the pipe is not bent out of line. Before the joints are made, both the bell and the spigot end of the pipe shall be primed with an approved primer which will ensure the adhesion of the joint material to the pipe. The material shall meet the following requirements: The joint compound shall be hot -poured, mineral -filled, plastic -type, and have the following chemical and physical properties both before and after heating with stirring in an open pot at 430° F. to 4500 F. for five or eight hours. (This is expected to approximate a working day on the job.) Bitumen or other plastic Inorganic Matter Organic Matter insoluble in carbon disulphide Specific Gravity at 77° F. (A.S.T.M. D 71-27) Softening point, Degrees F. (A.S.T.M. D 36-26) Penetration at 320 F. at 77° F. at 115° F. (A.S.T.M. D 5-25) Flash Point (A.S.T.M. D 92-96) Fire Point (A.S.T.M. D 92-46) The compounds shall flow freely at 4300 F. 38-43 57-62 Not more than 5 percent 1.65-175 200-230 Less than 0.5 Less than 0.5 Less than 2.5 Greater than 6000 F. Greater than 6500 F. I I El I I J I I I I H H 11 I C I Pipe Sewers 11-2 I I I I I] I I I I H I I 11 I No chemical action shall take -.place when the joint compound is immersed for 60 days in each of'y'ifie foliowing'so1ia $is: 5 percent H2304, 5 per- cent NaOH, 5 percent KOH, 5 percent NaOCL, water saturated with H2S or raw sewage. The joints shall be made in accordance with the manufacturer's published instructions. In general, the compound shall be heated in a suitable heater to a temperature of 4300 F. to 4600 F. The material provided for in these specifications shall be JC-60 Compound as supplied by the Atlas Mineral Company, or approved equal. 4. CAST IRON PIPE. Where cast iron pipe is specified to be used, unless superseded in the Detailed Specifications or on the Plans, the pipe shall be Class 150 cast iron pipe meeting A.S.A. Specifications A21.6 or A21.8, using either 18/40 or 21/45 iron. The pipe shall be Type III joints, meeting Federal Specifications WW -P -421b, or slip-on joints as hereinafter specified, and shall be coated with half standard thickness cement mortar lining, as set out under Section 3.10 therein. Pipe meeting these specifications and having joints of molded rubber rings, such as "U. S. Tyton" joints, may be used. All pipe fittings shall have joints conforming in general to Type II or Type III of the above referred to Federal Specifications. 5. CEMENT PIPE. Unless otherwise specified in the Detailed Specifications, pipe shall be standard vitrified clay pipe A.S.T.M. designation as set out above. If cement pipe is specified for any of the various phases of the work, it shall be of the bell and spigot pattern and shall conform to the current specifications for cement concrete pipe of the A.S.T.M. (C14 for pipe from 4 inches to 24 inches inclusive, and C76 for pipe of larger sizes). 6. CONSTRUCTION IN GENERAL. Construction of sanitary sewers shall begin at the low point of the line and continue in orderly succession throughout the work as directed by the Engineer. Any deviation from this procedure shall be made only with the specific approval of the Engineer, and only after the right of way has been cleared and the entire section staked and,all elevations care- fully checked by the Engineer. Laterals and mains shall not be constructed before their connection outfalls have been completed. Unless specifically approved by the Engineer, appurtenances such as manholes, branch crossings, etc., shall be built as the work progresses. 7. EXCAVATION. The Engineer shall have the right to limit the amount of trench excavated in advance of laying of pipe. In general, such excavation shall not exceed 300 feet and trench excavated to grade shall not exceed 150 feet. The bottom of the trench shall be excavated to a true line and grade according to the grades and lines furnished by the Engineer. For pipe sewers, the bottom of the trench under each bell shall be excavated sufficiently to allow the pipe Pipe Sewers 11-3 1 H to rest throughout its length. Bell hole excavation shall also be sufficient to allow proper placing of the joint compound. Rock shall be excavated to a depth of not less than 3 inches below the estab- lished grade line and refilled with sand or other approved material to an even surface for pipe to rest upon throughout its length. Every trench in rock shall be fully opened at least 50 feet in advance of the place where pipe is being laid or concrete or masonry work is in progress. 8. TUNNELING. In general, all excavation will be in open trenches. Tunneling will be permitted only on the written order of the Engineer or wherever shown on the plans or specified herein. Tunnels constructed beneath streets, railroad tracks or at other places, when so ordered by the Engineer, shall be backfilled with sand, or if water is used in placing and back - filling, they shall be completely flooded. The opening must be completely filled with compacted material. If so ordered, loam soil may be used and thoroughly tamped with air driven tampers. Attention is called to the Plans and Detailed Specifications relating to highway and railroad crossings. 9. USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall observe all local, state and Federal laws in purchasing and handling explosives. The Contractor shall take all necessary precaution to protect completed work, neighboring property, water lines, or other underground structures. Where there is danger to structures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The Contractor shall notify all owners of public utility property of intention to use explosives at least eight hours before blasting is done close to such property. Any suggestions as to the use of explosives by the Engineer does not in any way reduce the responsibility of the Contractor or his surety for damage that may be caused by such use. 10. BRACING AND SHORING. The sides of any excavation, when deemed necessary, shall be properly supported with bracing, shoring or sheeting as the need may be. Such bracing and shoring shall be withdrawn as the work progresses. In case the excavation is close enough to buildings or other foundations as to endanger their stability by the removing of such bracings, then they shall be made secure and left in place, and the sewer trench backfilled and thoroughly tamped with the bracing in place. Such work shall be done under the direction of the Engineer. The Contractor will not be paid for such bracing, sheeting, or shoring whether it is withdrawn or left in the trench. 11. REMOVAL OF WATER AND MUCK. The Contractor shall provide sufficient pumps ' and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, the Contractor shall remove all such soft material and replace it with dry loam or sand at his own expense. 12. EXCAVATION FOR MANHOLES. Excavation for manholes will be made of such dimension and depth as to allow the construction of the manhole as shown on the standard plans. 1 Pipe Sewers 11-4 , L I 11 L Li After the manhole is completed;and,approvedj,bythe Engineer, the earth shall be tamped around the outsid& to a firm, compact- condition. No extra payment will be made for manhole excavation outside of the pay lines of the sewer excavation proper. 13. CLASSIFICATION OF EXCAVATED MATERIALS. Unless specifically provided for in the Detailed Specifications and Proposal, no provision is made for classi- fying excavation. In certain instances, however, provision is made in the Proposal for payment for rock excavation. Most of the work is generally in an area which might be underlaid with broken chert, and in some instances may be solid sections of sandstone or limestone rock. To make a distinction between what should be classified as rock is very difficult. Consequently, the pay item for rock under this contract, if provision is made for such payment, will include: 1. All rock or chert in solid layers. 2. All consolidated chert which cannot be normally excavated with a three-quarter yard backhoe without undue damage to equipment. Broken and badly weathered chert which can be readily removed will not be classified as rock. Where broken chert or rock is consolidated so that it is only removed with considerable difficulty by the use of a backhoe, or requires undue hammering with the bucket, or where heavy rippers are required, or where it is necessary that materials be blasted, it shall be classified as rock. Rock or broken chert, excavated in construction of right of way, will not be classified and paid for as rock. Measurement for rock excavation will be made on the basis of a ditch width ' of 16 inches greater than the outside dimensions of the pipe being laid. Rock excavated shall be measured on the job at the end of each day's opera- ' tion, and the quantity of rock agreed upon between the inspector and the Contractor or the Contractor's representative shall be recorded and initialed. 14. BACKFILLING. Backfilling shall consist of good earth, sand or gravel ' free from all large stones or quantities of organic matter. Where other materials such as concrete encasements are not specified on the plans, thin layers of topsoil shall be thoroughly tamped evenly on both sides of the ' pipe sewer so as to hold it in true alignment. This tamped material shall extend at least to the top of the pipe. The trench shall then be filled by hand with selected backfill material to at least 12 inches above the top of the pipe. Where practical, or if in the opinion of the Engineer it is necessary, the Contractor will compact the fill by flooding it with water. Other methods of compaction are normally set out in the Detailed Specifi- cations. ' Unless specifically set out in the Proposal, payment for backfilling shall be included in other Proposal pay items. Pipe Sewers ' 11-5 I 15. REMOVAL OF EXCESS EXCAVATION. Normally all excess material excavated from the ditch line shall be removed from the site of construction. The Owner may require that this material be deposited in selected spoil areas within 1,000 foot haul of the point of removal. If such areas of disposal are not designated by the Owner, all excess material shall be disposed of by the Contractor in an acceptable manner, at his own expense. 16. LAYING PIPE SEWERS. The connection of sewers to other sewers or appur- tenances shall be in accordance with the Plans or under the direction of the Engineer. The work shall be done in a workmanlike manner in such a way as not to damage any other structures involved. Sewer pipe shall be laid on a firm bed and in a perfect conformity with lines and levels given. All pipe shall be laid with even bearing on the bottom of the trench, which shall be shaped with earth and prepared to conform to the form of pipe. Niches of sufficient dimensions shall be cut in the bottom of the trench to give perfect clearance to the bell of the pipe, but no larger than is necessary to make a proper joint. The inside shoulder of the bell and spigot ends must in all cases meet; the bell end in all cases shall be laid toward the high end of the sewer. The grade of the pipe shall be obtained by the use of batterboards and a "topline" and the Contractor will be required when practical, where pipe laying is in progress, to maintain the "topline" for a distance covering at least three grade stakes at all times. A graduated pole or rod shall be provided for measuring from the cord stretched between batterboards to the bottom of the trench while the trench is being prepared and to the sewer invert while the sewer is being placed. At all times during the progress of the work, the open end of the pipe shall be temporarily closed with a wooden cover made for the purpose. 17. SEWER WYES. Sewer wyes are not normally specified but whenever a property ' holder, with the approval of the Owner, desires to connect to the sewer while the work is in progress, the Contractor shall install a standard wye connection and stack and shall receive payment from such property holder without obli- gation to the Owner. No deduction in the length of sewer pipe laid shall be made for the installation of such wye. If no unit price is set out in the Proposal, arrangement as to price may be agreed upon by the property holder and the Contractor. In case sewer wyes are provided for in the Plans and Proposal, they shall be installed as specified for the unit prices set out in the Proposal. 18. LAMP HOLES. Lamp holes shall be constructed at the locations shown on the Plans and shall conform to the Detailed Plans for such work. Payment for construction of lamp holes shall be made on a unit basis for each lamp hole regardless of depth. , Pipe Sewers 11-6 I I 11 I I [l I 19. MEASUREMENT AND PAYMENT FOR PIPE SEWERS. Pipe sewers shall be measured for payment in linear feet 'along the centetline'"bf the sewer actually laid. No deductions will be made for wye branches•or manholes, measurement being from center to center of manhole, or center of manhole to center of lamp hole. Deductions will be made for special structures unless otherwise shown on the Plans. Sewers which extend only through the walls of a.structure will be measured to the actual end of the pipe except as provided for measuring sewers through standard manholes. Where branch openings in manholes are provided for future construction, payment shall be made for such branch opening according to the size of the opening and the number of feet from the center of the manhole to the plugged end of the stub pipe. The cost of placing caps on the end of pipe shall be included in the price per linear foot of pipe. If the Proposal provides for unit price payment for pipe sewers, payment shall be made at the unit price bid per linear foot of the size pipe speci- fied, complete in place from 0 to 6 feet in depth. Extra depth trench shall be paid for at the unit price bid for the extra depths as set out in the Proposal. Example: The Contractor will be paid for the unit .price bid for 8 inch vitrified clay pipe sewers, 0 to 6 feet in depth, complete in place. In addition, if the ditch is 9 feet 6 inches deep, he would be paid for additional ditch depth at the bid price for "Linear Feet, Extra Depth Trench, 8 to 10 feet in depth." (The unit price for "Linear Feet, Extra Depth Trench, 6 to 8 feet in depth" would NOT be included in the price paid the Contractor.) ' The Contractor would also be paid for other work for which a unit price is set out in the Proposal, such as rock excavation, special compaction and pavement repairs. I I C Li I 1 I I 20. MANHOLES. Manholes may be constructed of brick; 8 inch vitrified clay radial manhole blocks; solid, precast, segmental, concrete masonry blocks; or precast concrete manholes may be used. A. Brick. All brick shall be hard burned mud or shale sewer, or No. 2 payers, having one side fairly smooth, which smooth side shall be laid to the inner side of the sewer manhole. They shall conform to the standard specifications for paving brick of the A.S.T.M., Serial Designation 6-7-15. B. Vitrified Clay Radial Manhole Blocks. All vitrified clay radial manhole blocks shall be hard burned blocks as manufactured by Hope Brick Works, Hope, Arkansas, or equal. C. Masonry Blocks. These blocks shall be solid, precast, segmental, concrete masonry blocks. They shall conform to A.S.T.M. Specifications C139, with the following modifications: 1. Minimum compressive strength shall be 3,500 pounds per square inch. 2. The units shall be steam cured for a minimum of 8 hours. Pipe Sewers 11-7 I D. Precast Concrete Manholes. In general, precast concrete pipe manholes shall be manufactured in compliance with the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation 1964 C478 of the A.S.T.M., with the exception of steel reinforcement and strength tests. The concrete used shall have a compressive strength of 4,000 psi; maximum absorption determined by boiling test shall be 8 percent. Steel rein- forcement shall consist of a single line of circumferential reinforcement, placed in the center of the concrete pipe wall, with a minimum sectional area of .17 square inches per foot of pipe length. The internal diameter of the manhole sections shall be 48 inches and the wall thickness 5 inches. The cone sections shall have internal diameters of 48 inches at the base and 24 inches at the top and a vertical length of 36 inches. Other manhole pipe sections shall be made in lengths of 16, 32, 48 and 64 inches. When cast iron steps are used, the multiple of 16 inch length concrete pipe sections are required to maintain the 16 inch step interval. Neenah R198oE 10 inch wide cast iron manhole steps, or equal, shall be used. However, where steps are not required and portable ladders are used for access to the sewers, straight sections of the required lengths can be varied as specified. Base sections shall have a flat bottom, with or without openings to straddle the sewer pipe line. Openings can be made only in the base sections with a vertical length of 32, 48 or 64 inches. One to four openings of varying sizes shall be provided in any base section to accommodate lateral sewers up to a maximum of 24 inches in diameter. For the larger sewers, concrete should be cast to the top of the laterals. E. Mortar. Mortar for construction of manholes shall be mixed in the proportion of one part of Portland cement to two parts sand. The mixture shall be dry -mixed until it has a uniform color, after which water shall be added as the mixing continues until the mortar has a consistency such that it can be easily handled and spread with a trowel. Mortar that is not used within 30 minutes after water has been added shall not be used. Sand shall be as specified for Class "A" concrete. F. Joints. All brick or block shall have full mortar joints on the bottom and sides. Every joint shall be formed at one operation by placing sufficient mortar on the bed and forcing the brick or block into it. Horizontal joints shall not exceed 3/8 inch and the vertical joints on the inside of the manhole shall not exceed 1/4 inch. G. Plastering Manholes. All manholes, except precast concrete manholes, shall be plastered on both the inside and outside with 1/2 inch of cement mortar. The plaster shall be smoothly laid, and on the inside of the manhole all rough projections shall be removed. Pipe Sewers 11-8 I I I I I L I I I I C I I I I I I C I I I Li I I I I H. Manhole Steps. Manhole=stteps'are required';�,n all manholes.. feet deep or more. During the construction of each manhole, cast iron steps shall be set in place on the inside of the manhole, beginning 2 feet above the bottom and placed not more than 18 inches below the top of the manhole. These steps are to be built to the dimensions shown on the Plans. The ends shall be firmly built into the wall, allowing the steps to project 5 inches from the inside of the manhole. I. Manhole Frames and Covers. The castings for manholes and other appur- tenances shall be constructed according to the Plans for same on file in the office of the Engineer. All castings for manhole heads, covers and other purposes must be of tough gray iron, free from cracks, holes, swells and cold shuts, shall be of workmanlike finish, and shall conform to the Plans. The quality shall be such that a blow from a hammer will produce an indentation on a rectangular edge of the casting without flaking the metal. Before leaving the foundry, all castings shall be thoroughly cleaned and subjected to a hammer inspection. L The manhole cover and cover ring shall be of cast iron and shall not weigh less than 300 pounds, and shall conform to the Plans on file in the Engineer's office. J. Manhole Bottoms. The Plans show manhole bottoms and inverts to be built of Class A concrete. These are not a separate pay item. K. Connections to Manholes. Pipe connections to manholes are a constant source of potential trouble. In order to ensure that pipe 'will not break immediately adjacent to the manhole, care shall be taken that excavation for the manhole bottom is limited to the area to be filled with concrete. The Contractor shall support pipe entering the manhole ALL OF THE WAY to solid bedding by backfilling under the pipe and up to midspring line with Class B concrete. L. Manhole Heights. Manholes are to be built to the existing.ground surface in all cases. When this is above the proposed street grade, the manhole brickwork shall be drawn into a 25 inch diameter at a point 1 foot below said street grade, and the remainder shall be built as a 25 inch diameter. cylinder. Manholes shall be built to additional heights when required by the Plans. In all cases, after sewer construction is complete, the top of the manholes shall be adjusted to fit the finished grade or to the elevation shown on the plans. M. Drop Manholes. Drop manholes, unless otherwise shown on the Plans, shall be constructed at all manholes where the difference in invert elevation between incoming and outgoing sewer is 2.5 feet or more. Drop manholes shall be constructed of the same materials and dimensions as are standard manholes, the only difference being in the inlet arrangements as shown on the standard detail sheet. Pipe Sewers 11-9 n N. Payment for Manholes. Payment for construction of manholes shall include every item of construction and materials, except that additional payment shall be made for such pipe sewers as extend into or pass through them, including all piping for drop manhole arrangement and pipe stubs. No extra payment will be allowed for excavation, concrete, brick, steps, manhole ring and lid, or other items excepting pipe sewers as provided above. Payment will be based upon the unit price bid for each manhole 6 feet or less in depth, measured from the flow line of the sewer to the top of the manhole. No distinction will be made between payment for standard and drop manholes except as specified above in payment for pipe. Additional payment will be made for manholes more than 6 feet in depth according to the unit price bid for each additional foot or fraction thereof in excess of the 6 foot depth. 21. INFILTRATION. After the contract is completed and the ditch settled, infiltration, or pipe leakage, shall not exceed 500 gallons per day per mile of pipe per inch of pipe diameter. If poured joints are used, the leakage shall conform to A.S.T.M. Designation C 425. If infiltration or leakage exceeds this amount, the Contractor shall make such repairs as are necessary to bring infiltration or leakage within specified limits. The Contractor shall test the line by blocking off the various sections of pipe, filling the line with water and measuring the leakage. Particular attention is called to the fact that well laid pipe with premolded joints should be nearly watertight, and that often leakage is found in im- properly built manholes. For this reason, special attention is called to manhole construction required to prevent leakage regardless of the hydraulic head on the outside of the manhole. 22. PAVED STREETS AND SIDEWALKS. Whenever sewers are built under normal 4 foot sidewalk crossings, the Contractor shall make necessary excavation by tunneling and payment for such work shall be in accordance with the price bid for excavation. If in the opinion of the Engineer it is necessary to cut the sidewalk, the Contractor shall replace such sidewalk in accordance with his contract. If payment is on a unit price basis, the Contractor shall be paid for a cut equal to the outside pipe diameter plus 3 feet in width. Damage to sidewalks caused by extra breakage due to trench excavation or other damage during construction shall be replaced by the Contractor at his own expense. Cuts through pavement, either concrete, asphalt or brick or any combination thereof, shall be replaced with like materials. Payment for such work shall be on the basis of a cut 30 inches in width, plus outside pipe diameter, and according to the unit price bid per square yard for such work. L H I I I I I I] I I I I I Cuts or damaged pavement beyond this width shall be replaced at the expense of the Contractor. The Contractor shall save all brick and asphaltic materials Pipe Sewers 11-10 I 4. I ' removed and shall use them'aiid'tas much additional '•material of like quality as ' is necessary in making replacements. All fills under sidewalks or paving shall be compacted to the density of the original earth, if detailed compaction is not set out in the Detailed Specifi- cations. • When provisions for payment for repairing pavement and sidewalks are not made ' in the Proposal, the price bid in the Proposal for excavation shall include all • such costs and the Contractor shall not receive extra compensation for such • work. 23. STREETS SURFACED WITH NON -PERMANENT PAVEMENT. Where sewers are laid across, through or in streets, alleys or driveways surfaced with chat, gravel, crushed stone, mine slag, oil mat or other non -permanent type surfacing, the I. Contractor shall save all such surfacing materials removed and shall replace them to their original condition upon completion of the work. In case such materials are not suitable for reuse or are damaged or destroyed, the Contractor shall furnish such materials as are needed to restore the surface of the street to its original condition. If materials which have been removed are not available, the Contractor shall furnish such substitute materials as, in the ' opinion of the Engineer, are suitable. All fills in trenches crossing streets, sidewalks or other thoroughfares shall be compacted to a density equal to that of the original earth. ' The Contractor shall receive no extra compensation for such work but shall include such costs in the unit prices set out in the Proposal. ' 24. FENCES. Wherever the line of the sewer crosses fences it shall be the duty of the Contractor to repair such breaks as are necessary. All such fences ' shall be replaced to their original quality and condition. Wherever livestock is being retained by such fencing, it shall be the duty of the Contractor to maintain the fence in such condition at all times as will, prevent the escape of such livestock. ' 25. CROSSING STATE HIGHWAYS. Wherever the sewer line crosses a federal or state highway, the maintenance superintendent of the particular division ' involved will be notified. The Contractor, together with the maintenance engineer, shall make such provision for detours and the protection of the public as is necessary. The Contractor shall expedite the work as rapidly as possible. Construction of highway crossings, where set out as an item in the Proposal, shall be paid for at the lump sum price bid for such work. This shall include ' replacement of pavement and all other items of construction, except that, in addition, payment shall be made for sewer pipe, cast iron pipe, concrete • encasement and excavation at the unit prices set out in the Proposal. ' 26. VITRIFIED CLAY PIPE - CAST IRON PIPE JOINTS. Where vitrified clay pipe and cast iron pipe are connected, joints shall be made as shown on the ' Pipe Sewers 11-11 1 I I Standard Sewer Detail Sheet. Unless otherwise shown on the Plans, joints shall be Details No. 2 or 3, whichever is applicable to the particular conditions. 27. CLEARING AND RIGHTS OR WAY. In some sections of work, work shall be constructed in fields and woods which are not now cleared of brush and weeds. The Engineer will make a preliminary location of the work to be constructed, and prior to the setting of construction stakes and layout information, the Contractor shall clear rights of way and mow weeds, and remove brush and other obstructions which hinder the final placing of grade stakes and basic layout information. Removal of Wild Cherry. Often work is on property in which livestock is at large. It has been found that wilted wild cherry leaves are poisonous to livestock. Consequently, wherever wild cherry is removed or damaged, the branches shall be immediately removed from the site of the work, and burned or disposed of so that it will be impossible for livestock to have access to them. I I I LI I I I I I Pipe Sewers 11-12 I I C I DETAI.L..E.D SPE.C..I,F_ICATIONS RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES FAYETTEVILLE, ARKANSAS Relative to Reconstruction of Highway 62 Highway 71 Bypass to Garland Avenue Arkansas Highway Commission Job No. 4835 Plans No. Fy-73 Dated April, 1980 1. SCOPE OF THE WORK., The work to be done under this contract is as shown on the plans and provided for in these specifications and shall include the furnishing of all materials, equipment, tools and supplies and the performing of all labor in the construction of work generally as follows: 'Approximately 1,200 linear feet of 24 inch water line, 3,200 linear feet of 12 inch water line, 1,600 linear feet of 8 inch water line, and 1,100 linear feet of 6 inch water line, along I. with valves, fittings, fire hydrants, new water service installations, highway crossings and various tie-ins to the existing system as required; and ' Approximately 2,200 linear feet of 6 inch gravity sewer line, new sewer service installations,,manholes, wyes and other work I. required for a complete installation. 2. GENERAL SPECIFICATIONS. The General Specifications which precede these Detailed Specifications shall govern and control all work to which, in the opinion of the Engineer, they apply. Since these said preceding specifications are general, they may in some cases refer to work and conditions not found on this project, in which case such nonapplicable stipulations will have no meaning in this contract. In case of conflict between General and Detailed Specifi- cations, the Detailed Specifications shall govern. 3. COMPLETION DATE AND LIQUIDATED DAMAGES. The Contractor shall complete the work provided for in these specifications within one hundred and twenty (120) calendar days from the date of the execution of the contract. Liquidated damages as provided in the contract shall be one hundred dollars ($100.00) per ' day for each calendar day of delay in completion beyond the time stipulated herein and provided in the contract. 4. SAFETY AND HEALTH REGULATIONS AND CONTRACT REQUIREMENTS. Although the Engineer and his personnel may recognize safety hazards and in such case will require that changes be made to reduce or eliminate the hazards, the Engineer by such action does not take the responsibility as safety engineer for the Contractor. Neither does such action indicate that the Engineer or his personnel are trained safety engineers. It means only that a specific safety I I 17-1 I Li I I I I I I I [l r7 I I I I hazard has been recognized in the ordinary course of engineering inspection of the technical aspects of the work being done and such hazard has been called to the attention of the Contractor. The provisions covering safety standards and accident prevention as set out in the General Conditions are particularly called to the attention of the Contractor. In order to protect. the lives and health of his employees under the contract, the Contractor shall comply with all pertinent provisions of the "Manual of Accident Prevention in Construction" issued by'the Associated General Contractors of America, Inc., and shall maintain an accurate record of all cases of death, occupational disease and injury requiring medical attention or causing loss of time from work arising out of and in the course of employment on work under the contract. The Department. of Labor of the State of Arkansas refers to the Federal Register (OSHA Regulations) for the guidance of contractors and the protection of work- men and the public. The Contractor shall familiarize himself with the provisions of the Register and shall comply with the rules and regulations provided therein. The Register requirements are enforceable by the Department of Labor, and it is the responsibility of the Contractor to see that they are carried out. The responsibility for the interpretation and implementation of the provisions of the Register does not rest with the Owner, the Engineer, or their representatives. The Contractor alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods and for any damage which may result from their failure or their improper construction, maintenance or operation. Any safety procedures initiated by the Engineer shall not be construed as supervision of the Contractor's work force, nor make him responsible for providing a safe place for the performance of the work by the Contractor or the Contractor's employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsibilities are covered under the provisions of the contract and the Contractor's insurance and performance bond and cannot be the responsibility of the Engineer. Insurance coverage required on the project is given in Section 28 of the Instructions to Bidders. Particular attention is called to the requirements of Contractors to withhold state income taxes on wages paid. 5. QUALITY OF THE PLANS. The plans have been made with care, but details of exact ground surface elevations and pipe grades may vary within reasonable limits in accordance with conditions encountered in actual construction. The plans do not show location of rock and other minor obstacles such as trees and brush. It is presumed that the Contractor has made his own investigation of the conditions to be encountered, and the filing of a bid hereunder constitutes the acceptance of this provision. 17-2 ' 6. ELEVATION DATA. Elevations as shown are based on U. S. Coast and Geodetic benchmarks. 7. LANDS AND RIGHTS OF WAY. The work is to be constructed on dedicated streets, on State Highway Department rights of way, and on private property. The Owner will obtain easements where the work is on private property and ' permits from the Arkansas State Highway Department. 8. SEQUENCE OF THE WORK. Prior to beginning construction, the Contractor shall submit to the Engineer for approval a detailed description indicating ' the sequence of work to be performed. In general, the sewer line construction should be completed before beginning construction of the water line to be constructed adjacent to the sewer. Water line construction should begin with I. the work to be done on the existing 24 inch line and then proceed easterly and westerly from that point. The Contractor shall schedule and coordinate any work which will result in interruption of water or sewer service with the Owner in order that the least amount of inconvenienceto the user may be effected. Cooperation and coordination of work with the Arkansas State Highway Department and its contractors will be required. 9. CERTIFICATES OF COMPLIANCE. The pipe manufacturer will furnish duly ' sworn certificates of compliance with all requirements and provisions of the applicable AWWA standard for all pipe delivered to this project. This require- ment is further defined in the Materials of Construction section of these ' specifications. 10. OPEN SPECIFICATIONS. Where materials or equipment are specified by a trade name, it is not the intention of the Owner to discriminate against an equal ' product of another manufacturer, but rather to set a definite standard of quality or performance and to establish an equal basis for the evaluation of bids. Where the words "equivalent," "proper" or "equal to" are used, they shall t be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to some things, in the opinion or judgment of the Engineer. Even though the words "or equal to" or other such expressions may be used in ' the specifications in connection with a material, manufactured article, or process, the material, article, or process specifically designated shall be used, unless a substitute shall be approved in writing by the Engineer; and ' the Engineer shall have the right to require the use of such specifically, designated material, article, or process. The words "equal to" shall also mean that the cost to the Owner, will be no ' greater in extra concrete, piping, grading, etc., for items which are to be furnished at a unit price. In case basic changes in plant units are made in order to use equipment required because of unit changes, the Contractor shall furnish all necessary detailed drawings for the Engineer's approval. • In addition to the above factors, the "or equal" shall also include the ability I. of the supplier to supervise the construction of the work and the quality of his engineering organization and the ability to provide service after the works are complete. I Unless otherwise specified, all materials shall be the best of their respective kinds and shall in all cases be fully equal to approved samples. ' 17-3 II I [1 1 I I I1 I I [i I No material which has been used by the Contractor for any temporary purpose ' whatever is to be incorporated in the permanent structure without the written consent of the Engineer. 16. PREPARING RIGHTS OF WAY. A large portion of the construction on this project will be located across lawns, parking lots and other improved areas. The Engineer will make the centerline location, and the Contractor will remove any trees that cannot be saved or trim branches as necessary. No trees shall be removed unless absolutely necessary and then only with prior written approval of the Engineer. 11. NOTICE TO PROCEED. After the contract bonds have been furnished to the Owner and the contract has been executed, the Engineer will issue a Notice to Proceed designating the date the work will begin. Such notice will .be issued so that the Contractor may commence work within 30 days of the date of the signing of the contract. By mutual agreement between the Engineer and the Contractor, commencement of work may be delayed beyond said 30 day period if there is a delay in obtaining materials, equipment or rights of way, or other factors beyond the control of the Contractor or Owner. 12. PAYMENTS. Methods of payment provided for in the General Specifications are in some cases superseded by specific conditions set out in the Proposal and Detailed Specifications. In such cases, the provisions. of the Proposal and Detailed Specifications shall apply. ' Methods of measurement and payment are hereinafter set out in these Detailed Specifications. 13. CHANGES IN WORK. Whenever the Owner requires work which is not provided for under these plans, specifications and contract, or work which is not in keeping with the general work for which there are unit prices, the Contractor shall perform the work as directed by the Engineer. Payment for such work shall be as set out in Section 42 of the General Conditions. No extra work shall be performed except upon the written order of the Engineer. 14. EXTRA WORK OR DELETION OF WORK. Section 46 of the General Conditions sets out provisions whereby the Owner may order extra work or changes made in the work by altering, adding to or deducting from the work. 15. CONTINUING RESPONSIBILITY OF THE CONTRACTOR. Attention is called to Section 54 of the General Conditions of these specifications as to the continuing responsibility of the Contractor. The Contractor shall be responsible for faulty materials and workmanship; and, unless otherwise specified, he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom which shall appear within a period of one year from date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness. All questions arising under this article shall be decided by the Engineer, subject to arbitration. ' Asphalt and concrete surfaces will be sawed in -neat straight lines to insure the least possible damage. Private advertising signs, as indicated on the plans, will be removed and stored in a safe place by a professional sign company at the Contractor's expense. Chain link and decorative fences will be removed ' and replaced by professional fence builders at the Contractor's expense. ' 17-4 I 17. PROTECTING AND REPLACING UTILITY SERVICES. 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 or repairing and replacing such services. ' The various utility owners, Owner (water mains and sewers), gas company (gas lines), telephone company (cable and conduits) and others not named will cooperate with the Contractor in helping locate the underground services, but tcannot afford to keep.men on the job full time. 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. The plans do not indicate location of sewer services. The Contractor shall speedily repair all broken services and shall make sure that the line is clean and there are no obstructions or rough pipe left to catch waste material. 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. 18. TRAFFIC CONTROL. Traffic control on state or federal highways shall be conducted and maintained as set forth in the Manual on Uniform Traffic Control Devices as published by the U. S. Department of Transportation, Federal Highway ' Administration. The following data sheets are intended as guidelines for typical sign dimensions and application for various types of installations. I I I I ' 17-5 a ii ' ^ I •�i1>T I J II " I I 1 II. I I I ! I I II s I i I I ` I I b I C I_> - I I a III ` 'r II -J IS - !a ci 1 : • Y aE eY - • a• E-: e • a• Y a s I:. s r s.i E i• i _ bsa - - 9Sis�aas pp aaa i "t i• 'II -TF:l`. 17-6 I I I. IIHer tO e }_ _ W .r -'St ¢ V. u W O _-J m n.N N •nM1R __ n ..YM1 2 Y Y I • I -n n n n O N N zoo ' 19. MATERIALS OF CONSTRUCTION - WATER AND SEWER LINES. IA. Pipe. The manufacturer of all pipe proposed to be used on this project shall furnish to the Engineer, prior to delivery, certificates stating that all pipe will be manufactured in compliance with the applicable ' AWWA Standards as hereinafter set out in these Detailed Specifications. The certificate shall also fully describe the pipe proposed to be furnished. 1 U I I I I I I If evidence appears that all provisions of the applicable AWWA Standards have notbeen complied with after the pipe has been delivered, the Owner will require such field testing and sampling as necessary for certified statements of compliance of the provisions of said. standards to be furnished by an approved independent laboratory. The cost for the testing and sampling or job delay will be the responsibility of the pipe supplier if the pipe is not in compliance. The Owner will pay the cost of the testing and sampling if the pipe is in compliance with the specifications; however, the Owner will not be responsible for job delay. The independent laboratory shall be one which may be chosen by the pipe manufacturer and approved by the Engineer. At specific locations, which are shown on the plans, ductile iron pipe, steel pipe, and cement asbestos pipe are specified to be used for the construction of the water mains. All other pipe for water mains may be cement asbestos pipe or ductile iron pipe at the option of the Contractor. At specific locations which are shown on the plans, ductile iron pipe is specified to be used for the construction of gravity sanitary sewer lines. All other pipe for sanitary sewer lines may be vitrified clay pipe or polyvinyl chloride plastic pipe at the option of the Contractor. The various types of pipe shall conform to the following specifications: 1. Ductile Iron Pipe. Ductile iron pipe shall conform to American Standard Institute Specification No. 21.51. The pipe shall have either mechanical or push -on type joints and shall be lined with one-half standard thickness cement mortar lining with a minimum wall thickness class of 51. 2. Vitrified Clay Pipe and Clay Pipe Joints. All vitrified clay pipe shall be standard vitrified clay pipe, ASTM Designation C700, latest edition, extra strength, unless shown otherwise on the plans. Joints for clay pipe shall be PVC plain end coupling manufactured to meet the requirements of ASTM C594-72 Type B joint, as manufactured by Dickey Clay Pipe Company, or approved equal. 3. Welded Steel Encasement Pipe. Casing pipe used for highway crossings shall be of the diameter shown on the plans, new welded steel pipe with a minimum yield of 35,000 psi and a minimum wall thickness of 0.250 inch, or as indicated on the plans. 1 17-8 I I I I lE I I I I I I I I 4. Cement Asbestos Pipe. Cement asbestos pipe (the words cement asbestos and asbestos cement are used interchangeably) shall be Class 200 pipe, and shall be manufactured in accordance with AWWA Specifications C400-77 in all respects, and shall be jointed with either Simplex couplings or with couplings known by the trade names Ring-tite or Fluid-tite, according to the respective manufacturers, Sufficient sections shall be furnished, so that they may be used adjacent to all fittings. 5. Polyvinyl Chloride Plastic Pipe. All plastic pipe used on this project shall be extruded using Type 1, Grade 1 polyvinyl chloride compound conforming to ASTM Resin Specification D-1784, Class Designation 12454-A. All plastic pipe furnished and installed on this project shall be inspected and tested by the manufacturer and the manufacturer shall submit a certificate certifying that the pipe meets the requirements of these specifications. Each length of PVC pipe shall be marked with the manufacturer's identification, size, type and grade of compound, pressurerating and the letters NSF denoting National Sanitation Foundation approval. The pipe shall be suitable for 100 psi working pressure at a temperature of 730 F. and shall conform to the requirements of ASTM Standard Specifi- cation D3034 with a standard dimension ratio SDR-35. Joints shall be the gasket type with integral bell. The pipe shall be Johns -Manville "Ring-Tite" sewer pipe meeting the above standards, or approved equal. All pipe and fittings shall be tested in accordance with ASTM Desig- nations D2412, D2152. and D2444. B. Gate Valves. Valves used on all water lines 10 inches in diameter and smaller shall be "AWWA Gate Valves" and shall be in accordance with Section 5 of the General Specifications on Pipe and Pipe Laying with the following clarifications or changes. 1. The valves shall be in conformance with AWWA Specification C500-71 with "0" ring seals. 2. Valves used in water line construction, including auxiliary gate valves on fire hydrant leads, shall be equipped with mechanical joint ends except for tapping valves and flanged end valves where shown on the plans. 3. All valves shall be designed for "Left Hand Open'; operation. 4. The mechanical joint end of all gate valves used on fire hydrant leads shall be equipped with retainer glands. I 17-9 1 I I I 5. The city of Fayetteville, where the work is to be done, has standardized on the use of gate valves as manufactured by the Mueller Company. Therefore, all gate valves used on this project shall be Mueller Catalog Number A380-20, Class 250, cement lined, mechanical joint non -rising stem. 6. All gate valves will be furnished with the necessary length of extension stem to bring the 2 -inch square operating nut within 24 inches of finished grade. C. Butterfly Valves. All valves used on this project which are 12 inches and larger in diameter shall be rubber -seated butterfly valves in accordance with AWWA Specification C504-74, except that only those valves with the rubber seat mounted in the valve body will be approved. Bodies shall be cast iron in accordance with ASTM Specification A-126, ' Class B, and shall have integrally cast mechanical joint ends. Flanged ends may be used provided that the Contractor furnishes the required cast iron fittings to provide for a mechanical joint within three feet ' of each direction of the valve. Cast iron fittings used for this purpose will not be measured and paid for as "Cast Iron Fittings." The valve disc shall be constructed of NIRIST Type I, stainless steel. The shafts shall be stainless steel, and the bearing shall be sleeve - type nylon or bronze. The valves shall be equipped with totally - enclosed type operator, fully gasketed and grease packed, and suitable for direct burial service. The operator shall be designed for operation with a 2 inch square nut for use with a "T" wrench. Each valve shall be equipped with an operating extension stem so that the 2 inch square operating nut will be set approximately 24 inches below finished grade. The valves shall close with a clockwise rotation of the operating nut. Valves shall be the "Groundhog" type, as manufactured by Henry Pratt ' Company, or an approved equal. D. Valve Boxes. Valve boxes shall be in accordance with Section 5 of the ' Pipe and Pipe Laying section of the General Specifications, with the following clarification. All valve boxes shall be similar in weight and design to Mueller Company Catalog No. H-10357, including round ' base. Bases shall be similar to Mueller No. 6. E. Fire Hydrants. Hydrants shall be in accordance with Section 6 of the General Specifications covering Pipe and Pipe Laying. Due to the fact ' that most of the hydrant installations in the system have been made with Mueller equipment and repairs and replacement for this make of hydrant are on hand, it is desired that such equipment be used on this project. ' Consequently, hydrants shall be 5 1/4 inch three-way Mueller Improved or Mueller Centurion. The hydrants shall be equipped with a two-piece barrel having a breakaway ' safety flange set approximately 4 inches above the ground line. They shall have two 2 1/2 inch hoses and one 4 inch pumper connection threaded 1 17-10 I I I I I I L I [1 I LI I I to the National Standard Dimensions. In most instances the hydrants shall be designed for 48 inch burial. However, the Contractor shall furnish extensions as required to set hydrants at proper elevation at each location. The hydrants shall be equipped with a 1 1/4 inch hexagon -shaped operating nut. Color to be white with reflector beads. The hydrants shall be equipped with 6 -inch mechanical joint inlet with retainer glands. Each hydrant shall be 6 inch ductile iron pipe in which a 6 inch auxiliary gate valve is installed. The auxiliary gate valve and box are specified under "Gate Valves" and "Valve Boxes" in these Detailed Specifications. The auxiliary gate valve shall not be connected directly to the hydrant. F. Cast Iron Fittings (Mechanical Joint). All fittings used on water line construction, unless otherwise shown on the plans, shall be mechanical joint, Class 250, cast or ductile iron, manufactured in accordance with ASA Specifications A21.10. The fittings shall be coated inside with full thickness cement lining and sealed on the inside and outside with a bituminous coating. G. Pipe Bedding Material. Bedding material shall be used as specified. The material shall be crushed limestone, Type SB-2, in accordance with the Arkansas State Highway Department's Standard Specifications for cement asbestos pipe and vitrified clay pipe. Bedding material for polyvinyl chloride plastic pipe shall be crushed stone conforming to Arkansas Highway Specifications Section 506.2, Class 10. The maximum size of this bedding material shall be 1/2 inch. H. Manhole Rings and Lids. Rings and lids shall have a combined weight of not less than 300 pounds and shall be in accordance with the dimensions shown on the plans. The manhole lids shall be of solid construction without any openings of any type except two pick holes which shall be located on directly opposite sides of the manhole lid. The pick holes shall be of such design that when the lid is in place, there is not a clear opening into the manhole. I. Concrete for Manholes. Concrete used to pour manhole bottoms and cast -in - place manholes shall be 6 -bag concrete acquiring a compressive strength of not less than 3,000 psi within 28 days. J. Manholes. .All manhole brick, mortar, manhole steps, etc., shall be according to the General Specifications for Pipe Sewers as set out later in the "Sanitary Sewer Construction" section of these Detailed Specifications. K. Tapping Saddles. If the Contractor elects to install cement asbestos pipe, tapping saddles will be required. Saddles shall be manufactured by I 17-11 Ford, with the following catalog numbers, or approved equal. i,] I.' 1. 6 Inch Pipe. 3/4 inch service 1 inch service 2. 8 -Inch Pipe. 3/4 inch service 1 inch service 3. 12 -Inch Pipe. - Catalog Number 101N-750xCC3 - Catalog Number 101N-750xCC4 - Catalog Number 101N-962xCC3 - Catalog Number 101N-962xCC4 3/4 inch service - Catalog Number 101N-14.38xCC3 1 inch service - Catalog Number 101N-14.38xCC4 L. Corporation Stop. Corporation stops shall be manufactured by Mueller, Ford, or McDonald as noted below, or approved equal. Mueller. 3/4 inch corporation stop - Mueller No. H15000 copper flare connection. 3/4 inch corporation stop - Mueller No. H15008 compression connection. Ford. 3/4 inch corporation stop - Ford No. F-600 copper flare connection. 3/4 inch corporation stop - Ford No. F-1000 compression outlet connection for Type K copper. McDonald. 3/4 inch corporation stop - McDonald No. 4701 copper flare connection. 3/4 inch corporation stop - McDonald No. 4701-T compression connection. M. Water Service Lines. Water service lines shall be Type K soft copper tubing._ N. Fittings for Connection of New Water Service Line to Existing Service Line. The Contractor shall be responsible for providing all necessary fittings regardless of type and size and for performing all necessary work for connection of the new water service lines to the existing service lines.. The following list of fittings, as manufactured by Ford, shall be used in order to make the connections as noted. ' 1. 3/4 inch copper to 3/4 inch copper - three-part union Catalog No. C22-33. I I compression coupling Catalog No. C44-33. 17-12 I 2. 1 inch copper to 1 inch copper - three-part union Catalog No. C22-24. - compression coupling Catalog No. C44-44. 3. 3/4 inch copper to 3/4 inch male iron pipe threaded - Catalog No. C28-33. 4. 1 inch copper to 1 inch male iron pipe threaded - Catalog No. C28-44. 5.. 3/4 inch copper to 3/4 inch female iron pipe threaded - Catalog No. 21-33. • 6. 1 inch copper to 1 inch female iron pipe threaded - Catalog No. 21-44. 0. Meter.Yokes. Meter yokes shall be manufactured by Ford, Mueller, or McDonald as noted below, or approved equal. Yokes shall be 5/8" x 3/4" x 12" rise. I1. Ford. Catalog No. V72-12 with dual-purpose nut or pack joint by pack joint. 2. Mueller. Catalog No. H-1402 with multipurpose coupling Catalog No. H-14222 or compression coupling Catalog No. H-14226. 3. McDonald. Catalog No. 12-12V with dual purpose nut or compression coupling Catalog No. 112-12V. ' P. Meter Boxes. Meter boxes shall be as follows, or approved equal. 1. Those located in driving surfaces, regardless of type, shall be ' 18 inch diameter by 24 inch high vitrified clay meter box as manufactured by Dickey Clay Manufacturing Company. 2. Those located in areas other than driving surfaces shall be 18 inch diameter by 24 inch high fiber meter box as manufactured by Sonoco. Q. Meter Box Covers. Meter box covers shall be as follows, or approved equal. 1. Those located in driving surfaces, regardless of type, shall be Ford Catalog No. A32H with 1 1/32 inch pentagon locking nut. 2. Those located in areas other than driving surfaces shall be 18 inch diameter, cast iron, one-piece flat lids as manufactured by Bass and Hayes Foundry or Crouch Foundry. I I [_I 17-13 20. WATER LINE CONSTRUCTION. IA. General Line Construction. The work under this section consists of the construction of 2i inch, 12 inch, 8 inch, and 6 inch water lines with various tie-ins to existing water lines and appurtenances as shown on ' the plans. The work shall include every item of construction required for a complete installation as shown on the plans and as specified herein. ' Much of this work will be carried on in lawns, business parking lots and other improved areas in which every consideration must be given to the rights and convenience of the property owner. Prior to trench excavation, ' representatives of the Owner, Contractor and Engineer will walk the right of way to. predetermine, what shrubbery, flower beds or ornamental decorations, and shade trees will be destroyed or subjected to damage. I. Upon concurrence of the status of these items, the items to be destroyed or damaged will be catalogued and will be scheduled for relocation or replacement by other agents of the Owner at that time. ' Items which are at a marginal location will be placed on a "Wait and See" basis. These items will also be relocated or replaced by others if a concerted effort to save the units has been made by the Contractor. However, if damage occurs which is due to negligence of the Contractor, as determined and decided by the Engineer, replacement will be made at the expense of the Contractor. I I I C I 1] I [.1 Due to the limited amount of water available for flushing and the inability to maintain flow velocities sufficient for line cleansing, the need for keeping the interior of the pipe being laid clean and dust free is hereby pointed out. Inflatable plugs will be utilized at all times during working hours, and a watertight plug will be inserted at the end of each work day or when working in the close proximity of live water lines. All fittings will be closed off with mechanical joint plugs or valves. Temporary plugs of plywood or Visqueen will not be tolerated. All pipe cuts will be made by sawing, and all line taps will be made by approved equipment. All pipe will be bedded with select material gathered along the trench, or crushed limestone rock, from the bottom of the trench to the spring - line of the pipe. This bedding will be thoroughly compacted by hand - operated pneumatic equipment. The trench will not be backfilled until the Engineer's representative has confirmed that this portion of the work has been satisfactorily completed. B. Excavation. Excavation shall be in accordance with Section 10 of the General Specifications covering Pipe and Pipe Laying. Special attention is called to the fact that there is not a provision for extra pay for rock excavation in the construction of waterlines. Minimum pipe cover shall be 36 inches unless shown otherwise on the plans. Special attention is also called to Section 22, "Trench Backfill," of these Detailed Specifications which sets out methods of excavation in 1 17-14 I ' certain areas. ' The width of the excavated trench shall not exceed a width 16 inches greater than the outside diameter of the pipe from the bottom of the trench to a point at least 12 inches above the pipe barrel. C. Pipe Bedding. All water lines shall be bedded in good grade soil selected from the excavated material and placed in the trench bottom to a minimum depth of three inches except if the Contractor elects to use cement ' asbestos pipe, then the water line shall be bedded in crushed limestone Type SB-2 as defined by Arkansas State Highway Department Specifications. The bedding shall be placed a minimum thickness of four inches below the ' pipe and up to the springline of the pipe. The cost for such bedding shall be included in the price bid for asbestos cement pipe and additional payment shall not be made for pipe bedding material. ' For pipe other than cement asbestos, the 3 inches of bedding under the pipe shall be hand tamped prior to laying the pipe. In addition, the earth bedding shall be placed in 3 inch lifts and adequately hand tamped to the pipe springline. For cement asbestos pipe, the pipe protection cover shall then be hand ' placed to a point 12 inches above the top of the pipe. All rock larger than 4 inches shall be removed from the earth placed as pipe protection cover. Rock larger than 12 inches in size shall be removed from the re - t maining trench backfill material. D. Valves. Section 19 of these Detailed Specifications provides that all valves which are 12 inches or larger in diameter shall be butterfly ' valves, and all valves smaller than 12 inches in diameter shall be gate valves. Valves shall be installed as set out in the General Specifications covering 'Pipe and Pipe Laying and as shown on the plans. Special attention is called to the standard detail sheet of the plans ' which shows hand compaction of backfill around all valve boxes and installation of concrete pads around all valve boxes at the ground on street surface. The concrete pad shall not be installed until ' after every item of cleanup has been completed. The top of the valve box shall then be adjusted to the finished grade, and the concrete pad poured. C 1] I E. Fire Hydrant Installations. Section 19 of these Detailed Specifications sets out the type and size of fire hydrants that are to be used. Hydrants shall be installed as set out in the General Specifications covering Pipe and Pipe Laying and as shown on the plans. All hydrants shall be installed as specified and shown on the plans. Particular attention shall be given to drainage and backup. ALL HYDRANTS SHALL BE SET VERTICALLY within a tolerance of 1/8 inch in.12 inches vertical. ' 17-15 H G C I I II I I I I I I I C I After installation, hydrants out of plumb will be broken out and reset. F. Pipe Encasement. When directed by the Engineer, the Contractor shall pour Class B concrete to protect the pipe. The Engineer shall decide the dimensions and shape of the encasement to be poured. The Bid provides for an extra pay item for Class B concrete G. Water Meter. Relocations. During the course of this project several existing water lines will be taken out of service, necessitating the installation of new water service connections. All material required for these installations will be furnished by the Contractor, except for the meter which will be furnished by the Owner. After the new water lines have been flushed, tested, chlorinated and placed into service, the taps will be made; and the new service will be tied into the existing yard service line by the Contractor with the new meter being set by city forces. The salvage of any existing material will be conducted by city forces. Changeover of service lines shall be done only when a city representative is present. See plans for details. H. System Tie -Ins. Several tie-ins of various sizes and types will be required on this project. Since the actual size and type of material of the line being tied into is difficult to determine at this time, the Contractor will be required to make his own investigations and maintain an ample inventory of fittings, specials and transition gaskets to avoid unnecessary delays. Any tie-in which entails the interruption of water service must be coordinated in advance with the Water and Sewer Department. I. Testing. After the pipe has been laid, pressure tests shall be conducted prior to flushing and sterilizing the water main. All sections of pipe line shall be tested at a minimum pressure of one and one-half times the normal operating pressure. After the lines have been filled with water and all air removed, a pneumatic pump shall be used to bring the pressure at the lowest point on the the test section to the required minimum pressure as heretofore set out. The tests shall be conducted in accordance with AWWA Spectification C600-77 for cast iron mains. Proper connections and testing equipment shall be furnished, installed and operated by the Contractor. J. Flushing and Sterilization. After the lines have been tested, the mains shall then be flushed to remove any debris left in the pipes during construction. The Contractor shall install temporary flushing equipment where required to facilitate this operation and to facilitate the sterilization operation, which shall be done as follows: 1. All pipes shall be sterilized in accordance with AWWA Specification C601-68. 2. The Contractor shall furnish all materials and equipment required for the process. 3. The lines shall not be sterilized until after they have been flushed and pressure tested. I 17-16 I 4. The lines shall be sterilized by injecting a chlorine solution into the lines by use of a pneumatic pump. Placing dry "HTH" into the lines during construction will not be permitted. 5. The lines shall be considered sterilized after the Owner has received negative reports on samples taken along the line and • sent to the Arkansas Department of Health for testing. Negative reports must be received on samples taken at .24 hour intervals. I I II U I I I I I1 I I I L 6. After sterilization is complete, the Contractor shall then flush the sterilizing solution from the lines and place the mains into service in the presence of the Owner's representative. K. Fittings. All fittings shall be. securely blocked with Class B concrete to resist the reaction of water pressure. All reaction backing shall be placed against solid undisturbed earth. The undisturbed earth shall be carefully prepared before placing the reaction backing. The reaction backing shall be formed so that concrete will not encase the fittings joints. It should be noted that there is not a separate pay item for concrete used in reaction backing. 21. SEWER LINE A. General Line Construction. The work under this section consists of the construction of 6 inch gravity sanitary sewer lines, manholes. and other related items of work shown on the plans. It is pointed out that the same provisions as set out under water line construction in regard to right of way preparation, cleanup and general construction procedures will also apply to sewer construction. The work shall include every item of con- struction necessary for a complete and acceptable installation. B. Pipe. Pipe used for construction of sanitary sewers on this project shall be in accordance with Section 19, Materials of Construction, of these Detailed Specifications. C. Common Excavation. All sewer excavation shall be in accordance with the General Specifications covering Pipe Sewers and as hereinafter set out. Common excavation is not a separate pay item and shall be included in the unit prices bid in the Proposal for pipe complete in place. Special attention is called to the fact that there is a provision for extra pay for rock excavation for sewers. The width of the excavated trench shall not exceed 16 inches greater than the outside diameter of the pipe from the bottom of the trench to a point at least 12 inches above the pipe barrel. D. Rock Excavation for Sewers. The construction of the work is through an area which may be underlaid with broken rock and, in some instances, may be solid sections of rock. To make a distinction between what should be classified as rock is very difficult. Consequently, the pay item for rock under this contract will include: 1. All rock or chert in solid layers. [1 17-17 2. All consolidated rock or chert which cannot be normally excavated with a three-quarter yard backhoe without undue damage to equip- ment. Broken and badly weathered chert which can be readily removed will I. not be classified as rock. Where broken chert or rock is consolidated so that it is only removed with considerable difficulty by the use of a backhoe, or requires undue hammering ' with the bucket, or where heavy rippers are required, or where it is necessary that materials be blasted, it shall be classified as rock. ' Measurement for rock excavation will be made on the basis of a ditch width of 16 inches greater than the outside dimensions of the pipe being laid. I. Rock excavated shall be measured on the job at the end of each day's operation, and the quantity of rock agreed upon between the inspector and the Contractor or the Contractor's representative shall be recorded and initialed. ' E. Pipe Laying. All sewer pipe shall be laid in accordance with the General Specifications and as hereinafter set out. If the Contractor elects to maintain grade and alignment with a laser ' beam rather than the batterboard system, he shall so advise the Engineer so that the proper surveying procedures can be employed to insure that accruate vertical control can be established for the laser beam laying ' method. Pipe laying will not proceed more than 1,500 feet beyond the last poured ' manhole. Under no condition will sewer pipe be laid in a trench that has not been t properly dewatered. F. Pipe Bedding. Pipe bedding material shall be as specified in Section 19, Materials of Construction, of these Detailed Specifications. All vitrified I. clay pipe will be bedded from a point a minimum of 4 inches below the pipe bell to the springline. Polyvinyl chloride plastic pipe will be bedded from a point a minimum of 4 inches below the bell to a point a minimum of ' 4 inches above the bell. Bedding material shall be thoroughly compacted as it is placed. The cost for crushed limestone bedding shall be included in the unit price bid for sewer pipe in place as defined in the Methods of Measurement and Payment section of these Detailed Specifications. Laying procedures for PVC pipe shall conform to ASTM D-2321-72, or latest revision. G. Trench Backfill. Trench backfill procedure shall vary with the area in which the trench has been excavated. The different types of backfill shall be as set out under the Trench Backfill section of these Detailed Specifications. Attention is directed to the backfilling section of the ' General Specifications, which requires that all backfill to the top of all pipe be hand -tamped and that the 12 inches of backfill immediately I above the sewer pipe be hand placed to insure that no large rocks are allowed to be against the pipe. IH. Manholes. All manhole brick, mortar, manhole rings and lids, manhole steps, etc., shall be in accordance with the General Specifications ' except as follows. 1. Precast concrete manholes are not approved for use on this project. ' 2. A layer of plaster one inch inside and outside walls of clay radial blocks or mason ' thickness as set out in the shall be mixed using a leak thick shall be applied to both all manholes constructed with brick, -y blocks rather than a one-half inch General Specifications. The plaster inhibitor such as Ironite. ' 3. Cast -in -place concrete manholes are approved for use on this project. Specifications for cast -in -place manholes are here- inafter set out. I. Cast -In -Place Manholes. 1. Base. The concrete base shall have a minimum thickness of eight ' inches and shall be poured on undisturbed earth. The base shall be poured sb that the top of the base is a minimum of two inches and a maximum of four inches below the lowest pipe inside the manhole. Except when the lowest pipe can be laid continuously through the manhole, the base may be poured to a point two inches below the centerline of the pipe, provided that this point is not above invert of other pipes entering the manhole. The base shall have a ' minimum diameter of eight inches greater than the outside diameter of the finished manhole barrel. Concrete will be poured to a point not less than 12 inches beyond the first joint of the incoming and outgoing pipes. 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 cleaned thoroughly 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 continously through the manhole, the entire 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 Barrels. The barrel forms may be set as soon as the concrete base has cured enough to support the forms. The manhole barrel shall be of such construction that the finished manhole will have an inside I. diameter of 4 feet 1 inches, plus or minus one-half inch. Concrete used to pour the manhole barrel shall be 3,000 pounds per square inch test with a slump of approximately four inches. I ' 17-19 n Before the forms are set in place, any water that may have accumulated in the excavated area shall be pumped out and the concrete base thoroughly cleaned, if required, 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 which 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 present after removal of the forms, repairs shall be made as directed by the Engineer. The top of the poured manhole shall be left at such an elevation that two rings of standard brick are required to bring the manhole 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 tem- peratures. The Engineer shall, at his discretion, prohibit pouring concrete during 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. J. Existing Manhole Adjustment. In some instances, manholes along the proposed highway construction area will require raising or lowering as the case may dictate, and the following procedures will be followed. 1. Initial Rough Adjustment. This phase of work will include the adjusting of the manhole to a point not to exceed two inches below the bottom of the proposed curb and gutter to be built by the High- way Department. In order to conform to the dimensions and provisions ' of the standard manhole detail in the plans, it may be necessary to knock out and repour the manhole to an elevation provided by the Engineer. ' After the necessary work has been completed the manhole will be covered with a five foot by five foot preformed concrete slab not less than four inches thick. It is intended that the top of this slab be of the same approximate elevation as the bottom of the proposed curb to be poured. All of the excavated area around the manhole will be backfilled and compacted in 12 inch lifts with crushed limestone (SB-2). Payment for the SB-2 will be made under the appropriate item '' of the Proposal. 17-20 C 2. Finished Grade Adjustment. After the roadway subgrade has been established, the curb and gutter is in position, and at such time as ' work can be coordinated with the Resident Highway Engineer, the manhole ring and lids will be set at finished roadway grade by the use of bricks and mortar. After grade has been established, the ' manhole ring will be set with a ring of concrete not less than 18 inches in width for the full depth of excavation. Lamp black will be added to blend concrete and asphalt colors. It is noted here that the Owner reserves the right to delete this item of work from the ' contract. K. Pipe Deflection. After the pipe has been laid and backfilled, if the ' Contractor elects to install polyvinyl chloride plastic pipe for the sewer lines, a deflection test will be required. This test shall consist of pulling a mandrell through the pipe. The maximum deflection allowable ' shall not exceed five percent of the pipe's internal diameter. The deflection test shall be performed only after the trench has completely settled. IL. Infiltration-Exfiltration Tests. After the lines have been installed, manholes constructed, and some time allowed for ditch settlement, but before final repair of paved streets or final cleanup has been made, the Contractor shall conduct infiltration-exfiltration tests by use of the ' following procedure. Air Test. Under this method the Contractor shall conduct low pressure air t tests of the various sections of pipe by use of equipment manufactured for this purpose. The equipment shall include a regulator to avoid over - pressurization and damaging an otherwise acceptable line. The equipment ' used shall be identical or equal to the Air-Loc system as manufactured by Cherne Industrial, Inc., Hopkins, Minnesota. ' 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 exceed 5.0 prig. 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 to 3.5 psig. At 3.5 psig, timing shall begin to determine the ' time required for the pressure to drop to 2.5 psig. If the time in • minutes for the air pressure to decrease from 3.5 psig to 2.5'psig is greater than that shown in the table below, the pipe shall be presumed free of defects. 17-21 I I u U I I I I [I I I I H I I I I Pipe Size Mimumum Time (Minutes) 6. Inches 3.0 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 retested. M. Sewer Service Connections. Sewer service wyes shall be installed along the sewer lines in the appropriate locations for connections of sewer services. These wyes shall be plugged with an airtight removal plug, which is made specifically for that purpose, and the locations marked so that they may be found at the time the services are connected. After the sewer line has been air tested for leaks and has passed the tests, the plugs shall be removed and a sewer service lines laid from the wye to the existing sewer yard line and the connections shall be made. The necessary fittings to assure a watertight connection shall be provided. The grades and alignment for the service lines shall be such that no abrupt change in grade or alignment results. The service lines shall be provided with crushed stone bedding in the same manner as that required for the sanitary sewer lines. The time of interrupted service shall be kept to an absolute minimum. ' 17-22 I 22. TRENCH BACKFILL. Backfill shall be in accordance with the General Specifications and the special provisions set out as follows. ' A. Driving Surfaces (Excluding State Highways). Where trenches are excavated within the limits of any driving surface, including ' paved and gravel streets or roads, driveways and parking areas, the trench shall be backfilled with crushed limestone gravel as dictated by local conditions affecting the stabilization of the trench backfill. The placement and depth of the crushed ' stone backfill shall be as directed by the Engineer. All surplus material excavated from the trench shall be loaded in trucks during the excavating operation, hauled from the job site, and disposed of at the option of the Contractor. B. Lawns, Gardens and Other Well -Kept Areas. In these areas the ' Contractor shall excavate the topsoil from the ditch line so that it does not become mixed with the remaining excavation. The pipe shall be laid with bedding and protective cover provided as herein described and the trench backfilled using the excavated material. ' The trench shall then be compacted using wheel or track type machinery. The backfill shall be compacted sufficiently to insure that the top 24 inches of backfill has been thoroughly consolidated. After the trench has been compacted, the stored topsoil shall be replaced to a mimimum depth of six inches. C. Mowed or Cultivated Areas (Excluding Gardens). In these areas, ' the Contractor shall excavate the top six inches of soil from the ditch line so that it does not become mixed with the remaining excavation. The remaining trench shall then be excavated, the ' pipe laid and the trench backfilled using the excavated material. The trench backfill shall then be compacted using wheel or track type machinery. The backfill shall be compacted sufficiently to insure that the top 24 inches of the backfill has been thoroughly 'consolidated. After the trench has been compacted, the soil removed from the top ' six inches of the trench shall be replaced and left slightly rounded. It is the intent of the specifications to replace the top six inches of the soil using the excavated topsoil regardless ' of the quality of that material. Only when the Contractor allows the material excavated from the top of the trench to become mixed with the remaining excavation will lie be required to haul in additional material to replace the top six inches. If the Contractor is required to haul in additional material, he shall haul in good grade topsoil and shall do so without additional cost to the Owner. i C I [I 17-23 I 23.. CLEANUP. Generally, two classifications of cleanup will be required on this project as follows: ' Class I. Areas of construction within lawns, gardens, or other well - kept areas, including street rights of way that are kept as lawns by adjacent landowners. Class II. Areas of construction within fields, meadows, and street rights of way which are mowed or cultivated (gardens excepted). ' A. Class I Cleanup - Lawns, Gardens, Etc.: The trench shall be backfilled as set out under the "Lawns, Gardens, and Other Well- ' Kept Areas" portion of' the "Trench Backfill" section of these Detailed Specifications. After the topsoil has been spread over the damaged areas, the Contractor shall proceed immediately to hand rake the entire construction area to remove all rock one inch or larger in diameter. Debris of every type shall be removed and all damaged tree limbs shall be pruned. ' After the area has been raked and accepted by the Engineer, the area shall be seeded at the rate of 0.15 pound per 100 square feet using the following seed mixture (percent expressed in terms of weight): Lawn Fescue 30% Blue Grass 30% Rye Grass (Annual) 30% White Clover (Common) 10% After the seeding is complete, all damaged areas shall be covered with 10-20-10 fertilizer at the rate of approximately one pound per 100 square feet. B. Class II Cleanup - Fields, Meadows, Etc.: The trench shall be backfilled as set out under the "Mowed or Cultivated Areas" portion of the "Trench Backfill" section of these Detailed ' Specifications. Afterthe backfill is completed and the surface over the trench left slightly rounded, the area shall either be hand or machine raked to remove all rock one inch or larger in ' diameter from the finished surface. All excess excavated material shall be removed from the site, including hand raking excess material which has accumulated around fence posts, trees, mail boxes, etc. All areas which have been disturbed, such as the disturbance caused by equipment tracks, shall be carefully backfilled and ' repaired as though it were a part of the actual trench excavation. Seeding and fertilizing of these areas is required as specified above. C. All Areas: During construction, the Contractor shall at all times keep work areas in a clean, neat and workmanlike condition. Excess pipe, broken cable, excavation, brush, and materials of ' construction shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site ' 17-24 G CI C L_ I I I H C I I I u I I I I shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials after basic con- struction is completed will not be tolerated. If the trench should settle while the Contractor is still on the job or within one year of the project completion date, the Contractor shall make the required repairs at no additional cost to the Owner in accordance with the continuing responsibility provisions of these specifications. 24. STREET CUTS AND REPAIRS. The plans show the locations of several water and sewer lines which are to be located within the driving surface of city streets. The Contractor will be responsible for maintaining flag- men while working within or near city streets. In the event a closed street is required, the Contractor shall carefully and adequately mark a detour route. The Contractor will be responsible for providing and maintaining barricades, warning lights, signs, washing equipment, labor, and every other item required to maintain roadways safe and comfortable to travel and to reduce the inconvenience and discomfort of adjacent residents as much as possible. 17-25 25. ASPHALT AND CONCRETE CUT AND REPLACEMENT (Other than Highways). ' The plans show the location and type.of.most of the streets, driveways, parking areas, sidewalks, curb and gutters, etc., that will be required to be cut and repaired during the course of construction. ' The trench backfill in these areas shall be done as set out under the trench backfill sections herein specified. Much of the work to be done will be across business parking lots and other areas which will require that early permanent repair be made. The Contractor shall compact the backfill material sufficiently to I. insure that future ditch settlement will not occur. Any such settle- ment will be corrected and repaired at the Contractor's expense for the full term of the Contractor's continuing responsibility under ' the provisions of this contract. Repairs will be made to match existing material and texture. ' The outer limits of the repair will be sawed in straight parallel lines at least one foot outside the rough edge made during construction. Diagonal cuts will not be allowed. Approved expansion joint material will be required for concrete cuts. Flat concrete surfaces shall be repaired by placing five inches of ' concrete to match the texture of the surface being repaired. Curb and gutters shall be repaired by placing concrete conforming to the dimensions of the area being repaired. ' All drives or other areas, except streets and parking lots, which are presently covered with asphalt, regardless of the type and ' quality shall be repaired with three inches of hot -mixed, cold -laid asphaltic concrete. Streets and parking lots (unless otherwise noted on the plans) shall be repaired with three inches of hot -mixed hot- ' laid'asphalt. These areas shall be maintained open for traffic at all times after installation of the lines. All damaged areas of concrete or asphalt shall be removed and repaired as described above. Payment shall be limited to and made only for the actual areas removed and repaired up to a maximum width for payment purposes of 12 feet. Any damaged area greater than 12 feet in width shall be removed and ' repaired; however, the area to be paid for will be limited to 12 feet in width. The remaining portion shall be removed and repaired at the Contractor's expense. ' In areas where a water and sewer line are to be built parallel to each other, the payment shall be for the actual total measured width of cut 1 and replacement for the two lines up to a maximum width for payment of 12 feet plus the actual measured distance between the lines but no more than a total width of 24 feet. 17-26 I Certain street crossings are planned to be overlaid with new asphalt surfacing by the proposed highway construction. These are noted on the plans. Trenches in these areas will be backfilled entirely with 2 SB-crushed limestone material and compacted, but no surface repair will be made. ' Materials and methods used in the repair of paved streets and parking lots shall conform to the following specifications: ' 1. Crushed Stone Base. Arkansas State Highway Department Specifications for crushed stone base, Section 306, pages 107-110. ' 2. Prime and Tack"Coats. Arkansas State Highway Department Speci- fications, Section 1101, pages 135-138. 3• Hot -Mix Asphalt. Arkansas State Highway Department Specifications, ' Section 408, 409, and 410, pages 159-178. I H I I I l.' C [] I I ' 17-27 I I 1 26 I I I I I I HIGHWAY CROSSINGS (STATE OR U.S.). The plans show the location of lines where highway crossings are required. The crossings shall be accomplished by boring and inserting an en- casement pipe, of the length, type and size as shown at each location on the plans or by open cut and installation of an encasement pipe at the option of the Contractor. In any event, the top of the en- casement pipe shall be two feet minimum below the flow line of the ditch lines, or four feet minimum below the finished pavement elevation at any point along the encasement pipe, whichever requires the greater depth. If an open cut is made, 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 pavements 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 trench, remove all earth from the • site and install the encasement pipe. The backfill shall then be made by using Arkansas State Highway Department SB-2 aggregate, compacting Ito a minimum of 95% of maximum AASHO density. Tests shall be made according to the latest specifications of AASHO. The backfill shall be brought to the top of the subgrade in the above manner. The pavement I. and base shall then be removed for a distance of three feet from each side of the trench. The Contractor shall then replace the base and pavement with 12 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. ' 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 center- line. The plans show repair detail as set out above. The shoulders of the highway which have been disturbed shall be back - filled, thoroughly compacted, and the surface replaced to an equal or better condition than the original. I I 17-28 In the cases where the pavement will be widened by planned construction by others, any open cutting in areas to be paved over will be back - .filled for the entire depth of trench with SB-2 crushed limestone material and compacted as specified above. ' 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 Con- tractor will be required to complete this item of construction to the satisfaction of the Highway Department. I I I I FT I I I I I 17-29. I I I I I I I I I I L_1 I I 27. SPECIAL HIGHWAY CROSSINGS. This section is intended to provide further clarification of the work required to extend the encasing pipe for the existing 24 inch water main crossing at Sang Avenue, and that required to construct the 24 inch gravity sanitary sewer crossing located at highway station 212 and 62. The extension of the 36 inch diameter steel encasement pipe for the 24 inch ductile iron watermain will be done with the water pressure removed from the watermain. However, because of this the work should be done as expeditiously as possible. The material shall be carefully excavated from around the existing watermain in order to avoid any damage or disturbance to the main. The watermain shall be braced and supported as necessary to avoid any movement. The steel encasement pipe shall be cut longitudinally at the springline on both sides, carefully set into place, and then welded continuously on both sides along the outside of the pipe. The ends of the encasement sections to be added shall be welded continuously around the circumference of the pipe to the ends of the existing encasement so that the result will be one continuous joint of encasement pipe. After the Engineer has determined that this work has been satisfactorily completed, the Contractor shall carefully place Class B concrete under the encasement pipe along the unsupported length so that the pipe has continuous support along its lengths. The concrete shall be placed on undisturbed material and shall be brought up to a point approximately nine inches above the invert of the pipe. After the Engineer has determined that the concrete has sufficiently set, the braces and supports shall be carefully removed and the remaining portion of the trench backfilled entirely with SB-2 crushed limestone material. Backfilling of the trench, pavement repair and all other work shall be done in accordance with Section 26,Highway Crossings (State or U.S.),of these Detailed Specifications. All work and materials necessary for a complete and acceptable installation shall be provided. No encasement pipe will be required for the 24 inch diameter ductile iron sanitary sewer crossing. The installation shall be done by open cut in accordance with the requirements described in Section 26, Highway Crossings (State or U.S.),of these Detailed Specifications. 28. FINAL INSPECTION. The final estimate will be prepared and approved for final payment upon the completion of the work after a final inspection of the work has been made. This inspection shall be made by the Engineer or his chief assistant, the Contractor or one of the principal owners of the contracting firm, and a representative of the Owner. The final acceptance of the job and the pay- ment of the Contractor in full will not reduce the continuing responsibility of the Contractor as set out in these specifications. 17-30 1 I I I Li El I I I I 29. METHODS OF MEASUREMENT AND PAYMENT. Methods of. measurement and payment as set out in the General Specifications covering the various items of con- struction are hereby clarified and, superseded as set out herein. Wherever they are not clarified or superseded herein, methods of payment as provided in the General Specifications or the applicable section of the Detailed Specifications shall prevail. Payment for all work under this project shall be made at the unit prices bid under the various items of the Proposal as hereinafter set out. Items 1 through 10 - Pipe: Payment for pipe shall be made at the unit price bid per linear foot for the various types and sizes of pipe complete in place. The unit price bid shall include every item of construction not specifically set out to be paid for under other items of the Bid, including labor and equipment required for removal and delivery of existing fire hydrants and valves, where so noted on the plans and completion of isolation of existing water lines to be abandoned. Measurement will be based on the total length of the line, including pipe required for ties to the existing system, with no deduction made for valves or fittings. Fire hydrant leads will be measured from the center of the main line to the center of the fire hydrant. The unit price bid shall also include the cost for furnishing and installing SB-2 crushed limestone bedding required for cement asbestos pipe. It should be noted that, the cost for rock excavation is not measured and paid for separately for water line con- struction, but is to be included in the unit price bid for Items 1 through 10. ' Items 11 through 15 - Valves (Butterfly and Gate): Payment for butterfly and gate valves shall be made at the unit price bid for the various types and sizes of valves complete in place. The price shall include valves, valve boxes, I concrete pad at ground surface, valve operator extension stems, rods to mechanical joint fittings as directed by the Engineer and every other item required for a complete installation as specified. • ' Items 16 - Cast Iron Fittings: Payment for cast or ductile iron fittings will be made at the unit price bid per pound. The unit price shall include furnishing and delivering to the point of installation. The cost of installation and ' reaction backing should be included in the amount bid under this item. The weight of bolts and glands will not be considered as part of the fitting weight. Item 17 - Fire Hydrants: Payment for fire hydrants will be made at the unit price bid. The price bid shall include furnishing and installing the fire ' hydrant and barrel extension, if required. Payment for the 6 inch connecting pipe will be made under the appropriate item provided in the Proposal. Item 18 - Water Service Installations: Payment for water service installations shall be in accordance with the unit price bid. The price bid shall include furnishing the labor, equipment, and material to complete the water service • installations except for the furnishing and installation of water service pipe which is to be paid for under other items of the Proposal. The price bid shall include providing and installation of tapping saddles for cement asbestos water I El 17-31 I lines, corporation stops, meter yokes, meter boxes, meter box covers, con- nection to yard service line and all other labor and materials as required. Items 19'arid '20 - Water'Service Line: Payment for water service pipe shall be made at the unit price bid per linear foot, complete in place. ' Item'21 Crushed Stone Trench Backfill: Payment for crushed stone trench backfill material will be paid for in accordance with theunit price bid per ' ton. The material will be used as directed by the. Engineer. Measurement shall be by delivery tickets furnished and initialed by the Engineer's representative at the location the material is to be used at the time of delivery. ' It is to be noted that the cost of furnishing and installing SB-2 crushed stone trench backfill necessary for the highway crossings is not to be paid for under this item, but is to be included in the lump sum bids for Items 40 through 47. Item 22 - Tie-ins to Existing Water Mains: Payment for tie-ins to existing water mains shall be made at the unit price bid, complete in place. The unit price shall include the furnishing of all equipment, materials and labor necessary for the completed ties except for the valves, fittings and pipe which are paid for under other items of the Proposal. Item 23 Concrete Surface Repair:. Payment for concrete surface repair will ' be made in accordance with the unit price bid per square. yard. The price bid shall include furnishing all the necessary labor, equipment and material to repair concrete surfaces as specified within the defined limits. It should be noted that the costs for surface repair as specified for State Highway crossings that are constructed by open cut will not bepaid for under this item, but instead are to be included in the lump sum prices bid under ' Items 40 through 47. Item 24 - Hot -Mixed Cold -Laid Asphalt Surface Cut and Repaired: Payment for ' hot -mixed cold -laid asphalt surface repair will be made in accordance with the unit price bid per square yard. The price bid shall include furnishing all the necessary labor, equipment and materials to repair the applicable surfaces as specified within the defined limits. ' Item 25 - Hot -Mix Hot -Laid Asphalt Surface Cut and Repair: Payment for hot - mix hot -laid asphalt repair shall be made in accordance with the unit price bid per square yard. This item applies to repair work on streets and parking lots only. The asphalt will have a minimum thickness of. three inches and will be machine applied. Maximum payment width will be as specified.. Item 26 - Class B Concrete: Payment for Class B concrete used for pipe en- casement shall be made in accordance with the unit price bid per cubic yard. Class B concrete will be placed as directed by the Engineer. Measurement shall be made by delivery tickets furnished and initialed by the Engineer's represen- tative at the time of delivery. IH 17-32 I Items 27 through 29 - Gravity Sanitary Sewers: Payment for sewer pipe shall be made according to the unit price bid for the various, types and sizes of pipe ' sewers 0-6' in depth, complete in place. Final measurement shall, be based on the actual distances of pipe laid, as determined by the construction layout staking, without deduction for manholes, fittings or wyes. The price bid ' under this item. shall be full compensation for every item of work not specifi- cally compensated for under other items of the Bid. The price bid shall in- clude the cost of pipe bedding as herein specified. ' Items 30 and 31 - Extra Depth Trench: Payment for extra depth trench shall be made according to the unit price bid. The linear feet to be paid for under this item shall be determined by plotting the original earth's surface and the invert elevation of the sewer line as constructed. By using these plotting procedures, the Engineer will determine the final quantity to be paid for, without reduction for manholes. Example: If the ditch measures 7 feet 6 inches, ' payment will be made under the 6 foot - 8 foot classification. If the ditch measures 9 feet 6 inches, payment will be made under the 8 foot - 10 foot classification, and no payment will be made for the 6 foot - 8 foot classification. It should be noted that payment for extra depth trench is to be made for gravity sanitary sewers only. Also the cost for extra depth trench for Highway Crossing No. 7 is not to be paid for under this item, but is to be included in ' Bid Item No. 46. Items 32 and 33 —Manholes: Standard depth manholes 1 to 6 feet shall be paid for at the unit price bid under Item 32 of the Proposal. Extra manhole depth ' shall be paid for at the unit price bid per linear foot under Item 33 of the Proposal. Payment shall be full compensation for every item of construction required for a complete installation. The depth of a manhole is hereby defined t as the distance, measured to the nearest one -tenth foot, from the lowest pipe invert to the top of the manhole ring. Manholes will not be measured for payment until the inverts are completed and the manhole rings have been set at finished grade. Item 34 - Abandoned Manholes: The payment for work and materials required and as detailed for abandoning manholes shall be at the unit price bid. The unit price shall include permanently plugging all pipes connecting to the manholes, filling the manholes with compacted SB-2 crushed limestone material and other items necessary as detailed. ' Item 35 - Manhole Adjustment: Payment for this item of work will be made in accordance with the unit price bid for the adjustment of each manhole. The price bid shall include all necessary material and equipment required to adjust the manhole in accordance with the specified procedures. Item 36 - Sanitary'Sewer Service Installations: Payment for sanitary sewer • service installations shall be made at the unit price. bid.. The unit price shall include furnishing of all materials, labor and equipment necessary for com- pleting the. installations except for the furnishing, and installation of wyes and sewer service pipe which are to be paid for under other items of the Proposal. 1 17-33 Item 37 - Sewer Service Wyes: Payment for furnishing and installing sewer service wyes as specified, will be.made at the unit price bid, complete in place including the removable plug. Item'38-'Sanitary'Sewer Service Line: Payment for furnishing and installing sanitary sewer service line, as specified, shall be made at the unit price bid per linear. foot, complete in place. Linear footage for payment shall be measured from the centerline of the sewer main to the point of connection to the existing sewer service line at the time of installation. Item 39 - Rock Excavation: Payment for rock excavation shall. be made according to the unit price bid per cubic yard. Rock shall be classified and measured as set out in Section 21-D of these Detailed Specifications. Payment for rock excavation will be made on gravity sewers only. It should be noted that any rock excavation required for the installation of State Highway Crossing No. 7 will not be paid for under this item but will be included in the lump sum price bid for Item No. 46. Items 40 through 47 - State Highway Crossings: Payment for each crossing of Arkansas State Highways will be made according to the lump sum price bid. The price bid shall include every item of construction required for a com- plete installation except the water or sewer pipe used, which will be measured and paid for according to the size of pipe used. I I I I I I I L_1 The price bid shall include the cost of furnishing and installing encasement pipe where required. In installations made by open cut the price bid shall also include the cost for trench excavation (including rock excavation), Class B concrete where specifically called for in the specifications, com- pacted SB-2 crushed limestone trench backfill, extra depth trench for sewer crossing, concrete surface repair and all other items of work as necessary to complete the crossing as specified. For Highway Crossing No. 7, the manholes will be paid for under items 32 and 33. 1 17-34