Loading...
HomeMy WebLinkAbout62-82 RESOLUTION• 1441. RESOLUTION NO. 642 ted. A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH KRAUS CONSTRUCTION COMPANY FOR THE RELOCATION OF WATER AND SEWER LINES ALONG ARKANSAS HIGHWAY 62 WEST FROM U. S. HIGHWAY 71 THROUGH THE CITY OF FARMINGTON. 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 Kraus Construction Company of Fort Smith, Arkansas, after deducting Alternate No. 1,14\?- for ,- "for the relocation of water and sewer lines along Arkansas` Highway 62 West from U. S. Highway 71 through the City of Farmington. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. PASSED AND APPROVED this day of APPROVED: qa„,a4lts,"/ MAYOR 1982. r • L C C IL L L L L • State of Arkansas -') County of,Washington) CONTRACT THIS AGREEMENT, made and entered into this 4 t' day of 1,\111x4,0 1 , 1982, by and between the City of Fayetteville, Arkansas, Party of the First Part, hereinafter called the Owner, and Kraus Construction Company of the city of Fort Smith, 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 Farmington, Arkansas Highway Commission Job No. 4705, including all work for a complete installation as set out in plans and specifications Fy-92, 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 (Accepting Deductive Alternate No. 1): Six hundred twenty-nine thousand Six hundred Twenty-six and 85/100 dollars ($ 629,626.85 ), 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 eighty (180) calendar days thereafter. 6-1 • 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. 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 • f: • 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 Contractor have hereto set their hands and seals, respectively. Kraus Construction Company Firm Name BC:Th je-%-k1/4_,, Witnesses L (If corporation, Secretary shall attest) CITY OF FAYETTEVILLE, ARKANSAS Attest # d/ Mayor 6-3 • Jew 1 vo, 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 SPECIFICATIONS Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas Relative to Reconstruction of Highway 62 from Highway 71 Bypass to Farmington Arkansas Highway Commission Job No, 4705 Plans No. Fy-92 Dated September 1981 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas CONTRACT CITY petOfl .nnED O. T. WILLIAMS. JR. L. CARL YATES Re: • MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS April 27, 1982 Tabulation of Bids Proof of Publication Relocation and Adjustment of Water and Sewer Facilities Plans No. Fy-92 Fayetteville, Arkansas Ms. Sherry L. Rowe City Clerk City of Fayetteville Fayetteville, Arkansas Dear Ms. Rowe: 909 ROLLING HILLS DRIVE FAYETTEVILLE. ARK. 72701 TELEPHONE 443-3404 Enclosed for your records are two copies of the Tabulation of Bids received on the above referred to project. Also enclosed is a proof of publication from the North- west Arkansas Times. As soon as the contract is awarded, we will have the contracts and bonds executed for presentation to the city for its execution. JET:jr Enclosures Cordially, li d. • T A brla.'i'1n1:111/N'I' Fl nl nlnq• F.. Nolen is timidly giver that, Iterluhal • hl an n MAO!of fix, hoard al It/Web lit I. Coy.10 I'ay'idircdlM1: tkeknyrlu,',' .en Aid. u ii1 .i 11u'110N Ai Iln!1'ily. • Ilall limit tool 0.01 nn ll1C22nd tidy of Apill. ne6!, for tuniHdng all materials tied labor and pat fnnhlug un work in 111r rnmuruetiml ! ilel w alli land A illustinsul. f hazer +'I,d Sew.r Aar -11111m rotative h.; - vr,uWwl 1 of IIICllway 11:1Il aIle lida�hwxy 71 knew, is y}n9ahlalnn,•", • 4 IIn.hH, 4Ig11N'ey'fl,nIMlnh .Irltt. t 'Jo. 47. as lathe's• t.' aa:•'Or" + Approximately 17,600 linear feel or ' if inch watcd!ine, ae Ilnepr feel dk' inch water line, 1,[te linear feel of.C' � ihcli tyAteeilr line. along Son Iima+r tea;ef_ 2 inch water line. along with valvas, fixings. fire hydrants, new water ice: Installations. highway rroesiu4'4 and "rims fleim m the exlslhilf syale 1103 nw(ulred • All INbhM1arr t. tk, nlateriala ns:4 every item of enngne:deo shall Ir i„' ae mrdana with -UN plan, yr eine% aro specifications are an file in the oi- lier of Directors. Said plan, profiles and spec fieatims are on file in the ol- . ire d Le C:ly Iiia err of said. City aid t• -;e refire a mr.coodain. atia�ora? leatet lac 44 Polite ....a fuse. Fayetembe Arkansas 2 Ccpxa may bentraited from the d(tee of r on 'sad engineers upthe deposit al n! re per set. Payments for plans and g"irleannn are not refuno dable. Contractees shall rnake such inspec. tion and studies of the sire of the work 00 '0 Ihornughly familiarize . themselves with all condition n to be i . cwon:rod. Rids will be opened and cnsid.rr.-O ata mewling td ilvs. ISM d Dlr0ei lobe rid el lye. CPy PsiJ nn rte Nerve <PT/7dd dime awl al s-Aot;allot red (reeing.. Ur..ac'er ss . err ny u :muscat,. Path 1.1t Tenn: he aurmpar.'✓,d bya ceilings.: or eaahin'a chest rA :rarely' tend In the aaaunf equal b, five 041.• ' cent of the whale tial, raid MUNI In le• iuued by a surely company licensed u, do business in the stele of Arkansas. Said bond or shark is to be retained as ,liquidated dainaged in the event Ihr successful• bidder fails, neglector refuses (0 enter into contract lint tin construction or said work and furinnh Ure lwnds cneary lewithin Ion dr.y% train and after Ihit date Ihr send is Indo. kids haul IW roads uleo Ibr ulfb'I!d prop&nl sheds rnnbdu,L1' In the npr.iIicatlonN, And ouch, (rnpnul sheets shall not be removed front Ih0 t remainder of the roid rnrl doeunwi, ls, t, All hide shall he ;hiatal and the. enveloped addreshed.lu Ne Clly Cl ; City of Fayelteiellle;Post Office.. ,'Drawer 9.:. Fayette/lite,. ,Arkansan rind. A11 b ds shall belanf}; marked • • as the nelsirte Of lir envelope ijiei:Ify.; fag Olaf It Is A I:mpsel,or, bld' for ' RAoc,Uon and Adjwlment of Water P and Sewer Facililien. and the time for oyening a1 bids. The name of the bad' der melt also be shown on the outside of -the envelope.' r .The attention of aril bidders is called to the lace that they nest he 1'eersrd _ unite the terms of Act Lod the ler_. • Acts of the.Arkatrsa_i Leghlabwe • Tre 9r4 d. d Directors rese -:ea its_ .elect. b : snit :Mi and aft Mt And to Yj'ia any e -T J'2yf'n P. the p,r- peai eeme to re nv the heti interest of the City. .., w iThe City further Ceett:s lbe rich:o wrttdmld the awn.-,eng or n2- Pe c at rt for a period not to exceed i) days'after the receipt of bids. . v • Dated the 6th day of Apid, I%. • Sherry L. Rowe, City Clerk 4 E Pte Zu 4 • • 1 IITATI9 of AIIKANNAE4 County of Washington 1-1 horeby certify that 1 am itis rut Heber of 9'lit9 NCtt'P WaIR'I' AIt IiANEIAEI TisltuH, s dolly nowepapor having a soloed clans nailing privilege. obit hoitie obi, tone 'floe four pages of Ove columna each, published at a fixed place of Laziness and el a fixed (dally) Intervale continuously In the City of Fayetteville. County of Washington, Arkansas for more than a period of twelve months. circulated and distributed from an established place of - business to subscribers sad readers generally of all classes In the City & County for a definite price for each copy, or a fixed price per annum, which prlof' was -(.raw: et whst considered the value of the publication, hosed utvrn the tows 'vaits atd eorvlce value It contains, that at lannt fifty perrant aS lbo sthas:Jeers thereto have paid caoh for their nnhnerlptlone to tin neap?Det or its Awittots or through recognized news dealers over a period of el least. str months; and that the said newspaper publishes an average of more than forty percent news matter. I further certify that the legal notice 'hereto attached in the matter of TeQocc9t &I\arid (O djAk.,:Tt)ry:f .QJ WCkli_ vi' n4' ti Pti-.t\tli.Ut\) was published In the regular daily Issue of said newapnpnr for n/ consecutive insertions as follows:�J / J, r1 t/ The first Insertion on the /% Oit'�I day of (' -/9J v 19 Wil- . the second Insertion on the •f '1 N a- day of 099-11- 19 the third Inoortlon on the day of 19 and the fourth insertion on the ay of 19 A @ 'r iP Sworn to and subscribed before me on this / l "^ 1 .day of gift My Commies4on /Dip rep: Fees for Printing Coet of Proof_ Total $ 4 19( \�1>yr--. 2.f.,1.i.\_. Notar,lk Public f • 4 1 e ^ Alit Ir l('rINI'.,tt Berk f p1111111114 Nuticr is her ally given Rud, her armor • ru m1 nnlar n(Ihe hull n1 hl IAnn'Irn'e of• Ih4, ('ity of nnvollowlie, Addams:" • im!u wiILlki trerl will al Ilk. Flirt.. IIIII tint il,lpiA In nlhifShin lay int Alun tindt for lu I Iyhing nil n.aI4, ,pill flair mid IIt Mill pu tlrluil; Nh silt wales\ work in il, , 11P1111 11141 of tIoh* am ll 1141,1d11u11n1r I 1 1y' Inv ah i Klwur Yarlhle o llo) 1,4alt. cticimit4i boron or Highway lit Bead ire, ti II px 14 lart)lip 1qs • Ar44ulys, !n Yds ori, soul LB, rdr..MX,ae fa a- A.yayra1m4V1r 1/ C' (r✓Y fwd o ,F2'nc1 taster she, No linen:' rtes re F:. i .rb water fine, LAW 1'rr. fee. nr.:. Inefx•atee lint.argl ASi linear fee: C_ 2 inch wafer line, a'.urp with valves, fttnatt.. (ire hydrants. new tater er;r- + icn installations: higlma: crossing: and canvas news to the existing' s �Stenasrequired AS accessary t ork, Ina 1eri:ds ar. rnry item of ermrneticn shag heo. acardarrr with the plans, pr:eiic. u A 4ev hcations arc w1 like In Da: of. Ike '4 'Juncture. Said plant, Vrlddry, and npe•Y.frativa, are [r! file fn Itw 1A rite 01 Int CIy Eretirerr of said rite a:A is Lite 'Acre a M'C'x4wln. %ygucs an". Tann, mss., WI Rolling (legs ixr.• Ya.cresits. Alkansaa RMI (i{ir, rran) y he (Brained IrotheNFrx (1 ie twglnetrs upon the Myrnit of kr (rosin set. Pay myrtle for pla,i.fl %inAmYrirnt are not trfUh ile. , Caaraclrex shall make siarh in.i ¢. lion and studies Of Ow .elle of l lin n o1 k 'to to ' that nu hly (heathnrim " themselves: with all creditmns to h. t.n- cwnered, . 911ts will be opened and cnsiskieravl al a meeting of the IIenl of Directors to be held at the Cily gall on the above specified date and al such adjourned merllrgs thereafter as'. many as necessary. - ,1 Each hid must be accompanied by a certified or cashier's check or su env. boil an 1...t.amount equal to five pen. ' dept of the whole bid. poid bond 10 be, issued by i surety company licensed to. do business in the state of Arkansas. Said bond or check is lo be retained as liquidated damage! Id the event the. successful "badder hila; neglects or. refuses h'enter Into:contract for the mmtrurtion N said wort and furnish the necessary bonds within ten days -Ism and after the date the' award is' aaH mull be made (aeon the offlri:d' peopreoi sheds contallad in IM s�rhcrr4v=wan: wat rvcb v+Vyuutt. niw. t tiNS tan be moored wog., Uw 1,141-41119NAll fhir v''nd k4x4hx'ilu AU Ails tell M (slat' and .the ruekpes addressed (tithe tits hark. [ ay of Fayetteville, Post -''Office Drswn F. Fayetteville.' Arkansas - ,,mitt. All Lids shall be plainly marked ha We outside of the envelope specify- ing Val it is a prnposnl or'bid (or it loration and Adjustment of Water • and Sewer Facilities. and the tinge for S opening of bids. The name of the bid= der shall akin be shown on the outside of the envelope. • - T e attention of all bidders is called to the fact that they must be licensed under the terms of Act 150 d the 1905 Acta( the Arkansas Legislature. The Board of Directors resen'ev the fright to reject any and all bids and to waive any irregularities in the por' •pal deemed to be In the hetinterest lo(lheaty..• -, t The City Nettie( reserves the Fight to ,withhold the awarding of the contract ' for o period not to exceed 90 days all tbor.reipt of bids. Dated We 6th day of Apial, IBfn. • Sherry L. Rowe, City Clerk;Sherry 21e 7.14 STATE of ARKANHAH [ Washington 1111, County o U 1 ♦ �/, 1. 1 - - 1 1 .;�(��'"r _ jam.... hereby certify that 1 II Ti am Ihn 1'ul libber of 1 11111 NPIfI W lali'1' A1111 A eH^ Milosmitintik 111 u newspaper baring a Both nil slant U10.1llllg ptivllaaBi .1 four pngne of (ire nllllnnt n snot, published ata 11* '1 pltule of Ishii ,unaP til of n flied (daily) Intervale nontitnlounly In the CILy of PayetterUle, Coolly of Washington, Arkansas for more than a period of twelve months, 1:Ireulntw1 and distributed from an established place of bushman; to subscribers and readers generally of all classes in the City & County for a definite price for each copy, or a flied price per annum, which price was fixed at what 1s considered the value of the publication, based upon the news value and service value it contains, that at least fifty percent of the subscribers . thereto have paid cash for their subscriptions to the newspaper or Its agents or through recognised news dealers over a period of at least six months; and that the said newspaper publishes an average of more than forty percent news matter. I further certify that the legal notice -hereto attached In ;the matter of (Ka i 6,1\E 046 o.ci(fulatrnioti., .o / was epublished in the regular daily Issue of said newspaper for consecutive Insertions as fo lows: ('1a` 7 f o 19_ The tireV day of ( insertion on. the .�1LSr=.— /rt the eecond insertion on the the third Insertion on the .day of 19 .1 4 tit day of alp r��( and• the fourth insertion on the day of 19 fAA Sworn to and subscribed before me on this / J M I day of My Commisic n Expires: Fees for Printing Cost of Proof� Total CO 0 0 m N FAYETTEVILLE, ARKANSAS - PLANS NO. RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES m r O 2 0 m m 0 rn m n m_ G m 0 v 70 r N N CO lD 12. 2 Hy. Crossings 8o'/18" 11. 20,400 Lbs. DI Fittings 10. 20 Fire Hydrants 9. 8 2-1/4" Gate Valves 8. 31 6" Gate Valves 7. 3 8" Gate Valves 6. 9 12" Butterfly Valves 5. 2 8" x 6" Tapping V. 4:'2,585 L.F. 2" PVC Line 3. 1,800 L.F. 6" DI Pipe Line 2. 600 L.F. 8" DI Pipe Line 1. 17,500 L.F. 12" DI Pipe Line Contractor, License No. Address nun dri -.c) R 03 _ 1 _ O W J Si _1\1 D b. N. L(:),! O 0 3 P Si g g 8 g � J J^ Nv 03. ockg -I n X11 NN .r J .N , ,:ft .� .S o 14 .P - UI ('R gi J ` UI s. U -i iii g - Qpp N l�J O v (j d --S N 0 -I Unit TI T) Tl :-1N of Ua i B (t� J o== d o Q p 0 3 3 e� i 2( — fa Total 4 UJ N :A J s ;h b. ft 1-.. "-i; ? l g p P -1 o p Unit j nl 3 b Ch `I 0 G ifi UN F 3R. D ;, Ti 3 0 17'176 ., W -x f €-, :11N :� � o J J] �� " FJ U( 8 .g R D g g r< 8 O 0 W © NN (�D CA - „ NJ i t6 iht iJ3 N--1 �S R — !-\--I :N._ D �... N 0 D N CD N — D o o :P D o0 0 LI _ -1 Jt0 Q To QJN — • `-In f v' Di air;i NI �"W *a. Nril a -1 F I; O k R R. f) N - K°° 18 b CO 0 0 m N FAYETTEVILLE, ARKANSAS - PLANS NO. RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES m r O 2 0 m m 0 rn m n m_ G m 0 v 70 r N N CO lD 29. 200 S.Y. Concrete Repair 28. 510 Tons Asphalt Repair 27. 1,600 Tons SB -2 Backfill 26. 31 System Tie -Ins 25. 100 Service Relocations 24. 18 Service Connections 23. 895 L.F. 3/4" Copper Line 22. 785 L.F. 1" Copper Line 1 21! 9 Hy. Crossings 60'/2" 20. 1 Hy. Crossing 90'/2" 19. 2 Hy. Crossings 60'/6" 18. 1 Hy. Crossing 52'/16" 17. 2 Hy. Crossings 60'/16" 16. 9 Hy. Crossings 70'/16" 15. 2 Hy. Crossings 80'/16" 14.. .1 Hy. Crossing 60'/18" 13. 1 Hy. Crossing 70'/18" • X. 76- _11'1, 4 E. l7 Sago N S r gett b 9 j p -N, g �g>)R %'' g°QgB .5C 4 .t ''' , vi �8o , (r, !, , t Unit T1 -P N W �` J - '� �1 !C a 7 a W N N N . l7 g i5 B 8 8 D D ` % �1� (� �1, i$ _ n O N _ N pp zr N N p Q g l7 Ni g g " :' 0 n a z 0 N ; J D ) NI S 0 SPr N E. 13 Yi % .1 8 % 6) 1'1.1 r v1 0,4 ti ked k N Total _ d m o g 8 .A g^ J 'p o Q d o o D% Ut�t `C� N o 3 x, fl N �b .N Q NI p ({1 D ti 1 0' o j ro 0 N A a 0 $ ° $ $ V, °`s bid ' a�a �`�` ($� N D o Jp?I -� ^,t4; c,` � � � z ,�t _N — N ,rt .pv � � -a - Q_ -3~ D 0 J b B 0` 1� %Rci pGIQ c; P ��oo 0 Gj NS . a1 Q• u o J .o c Ds N B w N 01 N ,� \ ,w .v o N .., P , . g -I o .D, J o " --li m 4 CD 0 "n "d CD" — o — J (0 • 7 Ct. -t D Cu 0 C C N H O r" 3 to7 rt =0 0 -II urJ C CU �1 " K (D to N Cu 0 Itt n7 ai CD n LL � o : -n o m 0 n `CD J GD (D N Q r. G < f. f 1.0j _. 4.0 a ry 3 J l N N N d d N 7 0. CU rt N R 0 0 CD CD rt M N d 0r n rt TOTAL WITH ALTERNATE NO. 1 ( is to i;(p gs l TOTAL, ITEMS 1 - 32 (D57 q1&, 8s 32. 1 Hy. Crossing 140'/20" 31. 1 Sewer Manhole 30. 48 C.Y. Cl. B Concrete 4 CD N Ir, G LN' . Q UU Unit c N n 0 v av J ,w c to 1 5 o m J • vN N J tri u Unit Ti N N rn N[ Q 4 CIJ 0 ..tl n c UJ J B 6`. _ zo A 0 0 Unit Jsw 7C SIJa0l A (14 co CAU cJ, CP D Q D J co n —i 0a 0 Bi .� \ n\ Q ( D \4 J 0 Unit DF)7.ICD Cous-r. C o Q 0 ZP D -1 m �� c R a I Unit GA ilin r • 1 k a 0 N 01 D (D N 0 O' rt (D N . rt . < < o t — v 7 n T. C Cu ty. N N N 3 1(D rt W J N c O1 N 1 ND N OI J d N C Cu m n 0 -' CD N • 12. 2 Hy. Crossings 80'/18" 11. 20,400 Lbs. DI Fittings 10. 20 Fire Hydrants 9. 8 2-1/4" Gate Valves 8. 31 6" Gate Valves 7. 3 8" Gate Valves 6. 9 12" Butterfly Valves tn N CO X O. 03 V V J IO G 4: '2,585 L.F. 2" PVC Line 3. 1,800 L.F. 6" DI Pipe Line , 2. 600 L.F. 8" DI Pipe Line 1. 17,500 L.F. 12" DI Pipe Line Contractor, License No. Address — _ -I Tv 0 N J v 0 o it -J N cg0 yi@ I v g C- o fl d :� J 0 6. 0 0 n 0 a sO,N > 3 c. S �! C pp N NG o 0 p? `J� Ut b uS N — 0 o R o g o S n -I 1. o G' Unit — _ TI 4 4 zt W — 0 J vi J N; J NS i011 P- CP N 14 riR . Ci , N r . .-D 4-- v et ,r-- .» i .F` •v o L 0 -i :fr b c a R g g 5 b- 8 8 es 0 0 0 z I el :0-_ -4 0. - O N 'w ni �� R U; u o-0 0 .--cN W 3 y '0 m .—) r r iia o ,tit .) .Ig` .N CCA ,--I _— 16 Q r TI �1 p pp 'J g R p o p 8 o Q VI i O Si NN N s; vN't R R 1 2 A z -d .� o fl • Q 112 IVS - I 1073 C7 -JN -1-_- -I 4 W _1 _ N Iv o iN N_ N ksJ O r CA UI .,--,N,: b. -,,.t., --,v ,-.1 .p 64 N 6 J ?- PCri P QJ W ,^ tJ N -th 0© N e .s4 n pp J rN~- 0 p 0 p p 0 0 U L1 p A 0 0 p L w ^ m �N i � -I -� T� -1 C1J 4 W — — < -.I ..0 .� .o .,4 ,; ,N .� ., o F.1 x N L. IS n r 0 0 _a O CO 0 0 FAYETTEVILLE, ARKANSAS - Z6 -Ad ON SNVld RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES • TABULATION OF BIDS RECEIVED APRIL 22, • 1' 29. 200 S.Y. Concrete Repair 28. 510 Tons Asphalt Repair 27. 1,600 Tons SB -2 Backfill 26. 31 System Tie -Ins 25. 100 Service Relocations 24. 18 Service Connections 23. 895 L.F. 3/4" Copper Line 22. 785 L.F. 1" Copper Line 211. 9 Hy. Crossings 60'/2" 20. 1 Hy. Crossing 90'/2" 19. 2 Hy. Crossings 601/6" 18. 1 Hy. Crossing 52'/16" 17. 2 Hy. Crossings 60'116" 16. 9 Hy. Crossings 70'/16" 15. 2 Hy. Crossings 80'/16" 14.. 1 Hy. Crossing 60'/18" 13. 1 Hy. Crossing 701/18" ?ff. rt .,,i - c‘i .-,,) 3 .:,- e ,— -- - Si a .,...„ Q , O' . ct-p. ,,; g pt o P 3 Z. . k g$ is) fQYVSL :G Total �S i PSG i 11=� Kg Q 4,-. BR B 1366 Q (S B g° • t`"��nE; g Vi g8 .S Nul s = rt Ti3 r,A g ; _ $71$ g N',g B Q B %8 8 D° E 0 tit ri P _ — 4 Si 1;J D% N .S Cli .4/1;N I kg t g AN ‘01 ,N00 %), Q ,,z)0. g S c\ii N— - .M ,,.a \ (14a 1 ,Q -N2 A 19 G ,E, 4-10.p J J .$ CP Unit N ? r V N O 5 o z- Ur( pD (0 `II • I st A _ct i vt .•11 (p, 3 Q v r' D lsa (It. Total p-g1arp 3Q 1 �1 3 L N �t .N d .�gSQ�©og ? Cli .ill ,� `i ui .. .N I: til % o o 9.7 .1 Q B '%4 µa eSt)oo I V^ g HN Q o .V N b, h :NJ ,-P. t r O a it R O Q 0 - J p p D D p o8 Q Jt •a1 Unit d 1 _ N b ,J L� p c(o . Cp v1 $ c-'0, O ya tic,,, p1v, NN N '� Total a z U 0 Ni ? 1 -• UT Vt \J 51 \ W `� , J ,ZP Q •� Q -P CO . NJ— .r— . L1 NJ .• 0 n r: -P l .( 0 -P UI Q 0 v b 0 0 c:N) R 8 o Gi %r)N D 0 B G7 a 0 s a j1? 0(4 11\: ill i` r: h M Qv rIg tizy - a 0 •n 'tt g n VC kk lop�° p I ? b Q g..6gQ b .i.. D r R1,' N g -117. 01 ro -a G rt "<fl _o coa) , r D T m c = c m,n IA m rt 3 3 CD 1 rt Jn O • W 7 r rr 1 1 l0 N _ cu n d N Io � o • co N • N �.R. �.. v _ 0 01 • .. -• m O • 7 W TOTAL WITH ALTERNATE NO. 1 C2ZK to Zip ,6j 1 TOTAL, ITEMS 1 - 32 (p57116,85 32. 1 Hy. Crossing 140'/20" 31. I Sewer Manhole w 0 r co 0 0 1 w 0 0 7 - 0 0 0rt 0 •t• al N (7 ag U; W N G ZO O f Unit 5 CN n 0 Z -' 5 p , 0 NiP ��5 W 6 Total .� s \In t VI 0 nun 1 Fzpsera, Ct/Q St an (JJ D Total B W Qz J Cfl fl t 0 J A l 0 Unit o -t 1 6l z" Total' Z) . \ S -6 Unit D Z. n p Q b 4- .Q ° D . 0 0 o z n ° _ CI)DP ut i o Q Unit c.,ll DI N f- w 0 n 0 mi z 10 m o R R 01 O) (p R �• O - J O 01 • 7 a ▪ D F O. Cu 1-. 7 C N N N 3 1 J R - p 7 N a T R • 1 1 N• 3 N 01 7 Ct. N 0 T 'p 01 Cu 0 CD - • Z• rr 0 - IP N w O. T. WILLIAMS. JR. L. CARL YATES MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE, ARKANSAS May 28, 1982 Re: Contract Specifications Relocation and Adjustment, Water and Sewer Facilities Fayetteville, Arkansas Mrs Sherry L. Roue Fayetteville City Clerk Drawer F Fayetteville, Arkansas 909 ROLLING HILLS DRIVE FAYETTEVILLE, ARK. 72701 TELEPHONE 443-3404 Dear Mrs. Rowe: We are forwarding herewith four copies of the contract specifica- tions for the Relocation and Adjustment of Water and Serer Facilities project. These are to be executed by the Mayor and yourself, and the contract and bonds dated.. If you will let us know when these have been executed, we'will pick them up and make distribution. Also enclosed for your records are the contractors' actual proposals, together with their bid bonds, of the bidders on this project. Cordially, JET:jr Enclosures • • f O. T. WILLIAMS. JR. L. CARL YATES MCGOODWIN, WQ.LIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS July 13, 1982 Re: Insurance Policies Relocation and Adjustment, Water and Sever Facilities Fayetteville,. Arkansas Plans No. Fy-92 • • Mrs. Sherry L. Roue City Clerk City of Fayetteville Drayer F Fayetteville, Arkansas Dear Mrs Rowe: • • 909 ROLLING HILLS DRIVE FAYETTEVILLE. ARK. 72701 TELEPHONE 443-3404 1CaOFILMED Enclo:cd is the city's copy of the property protection insurance, and the contractor's and owner's liability protection insurance (referred to in the specifications as the Owner's -Engineer's protective contingent liability insurance) for the above project. These policies had not been received at the tiros the contract was signed, but are now enclosed This Copy may be inserted in the insur- ance envelope just inside the front cover of the specifications. JET: jr Enclosure Cordially, .J,introduction 4Snul Your policy protects your business against a variety of losses. It's written in plain, easy -to -understand English. We encourage you to read it. The words you, your and yours mean the insured named here: City of Fayetteville Fayetteville, AR Which is a ❑ co -partnership ❑ corporation ❑ joint venture ❑ individual 0 other: We, us, our and ours mean the St. Paul Fire and Marine Insurance Company. We're a capital stock company located in St. Paul, Minnesota. Your policy is composed of General Rules, an explanation of What To Do If You Have A Loss, and one or more Agreements explaining your coverage. It may also include one or more endorsements. Endorsements are documents that change your policy. The agreements and endorsements you have are listed below. GSI O W. C_' CO07 O. CO' a m 0 Your policy will begin on 5-8-82 'r„ and continue until 5-8-83 ' It replaces your former policy, number m' New and automatically ends - n all coverage you had under that policy. In return for your premium, we'll provide the protection stated in this policy. Your premium is $1.030.00 Agreements And Endorsements Included In This Policy Title Form number and edition date General Rules Arkansas Required Endorsement What To Do If You Have A Loss Contractor's and Owner's Protection Coverage Summary Contractor's and Owner's General Liability Protection 40500 40516 40511 42111 42108 (1-80) (6-81) (1-80) (9-80) (9-80) This policy is not effective unless it's signed by an authorized representative of The St. Paul. Authorize • ;, if %flair :C r ri Signature dat Name and address of authorized representative Brown -Hiller -Clark & Associates P. 0. Box 3529 Ft. Smith, AR 72913 0302175 3s 6-7-82 40504 Ed. 1-80 Printed in U.S.A. Ost. Paul Fire and Marine Insurance Company, 3980. Introduction. Page 1 of 1. Contractor's and Owner's Protection Coverage Summary This coverage summary describes the covered construction project and displays other information that affects your insurance. Coverage only applies where a.limit of coverage is shown. Description and location of covered project Relocation and -adjustment of water and sewer facilities in Fayetteville, AR Contractor's and Owner's Property Protection Limits of coverage. - $ 629,F2F 86 Project limit $ 50,000.00 $ 10,000.00 Property in transit Temporary location $ Nil Deductible. $ 250.00 Each earthquake Nil $ Nil Each flood • $ Nil $ 629,626.86 Catastrophe limit Your Premium Property coverage. Rate per $100 .10 Estimated Premium $ 630.00 You agree to pay your Property Protection premium in the manner indicated below: DI Non -reporting — subject to final adjustment. ❑ Monthly reporting of completed project values — subject to final adjustment. ❑ Monthly reporting of actual values at risk. Name and mailing address of contractor Robert Kraus DBA Kraus Construction Co, Contractor and Owner's Liability Protection Limits of coverage. For bodily injury claims. • $ 500,000. Each accidental event For property damage claims. $ 250,000. Each accidental event $ 250,000. Total limit • Liability coverage. Rate ist$500,000 per $100 BI 1 .023 Rate per $100 PD Estimated premium 1 .011 2nd $500,000 Over $1;000,030 I .012 I .003 .006 I $ 400.00 .002 ❑ If this box is checked, the contractor named above is entitled to receive any return premium on this liability coverage. If we issue this coverage summary after the date your policy takes effect, we must complete these spaces and our representative must sign below. Authorized re esentative BRO - �IL ASSOCIATES Policy issued to Coverage summary takes effect Policy number 303JB8403 42111 Ed. 80 Printed in U.S.A. CSt. Paul Fire and Marine Insurance Company, 1980. Coverage Summary. Page 1 of 1. Saul Under Contractor's and Owner's Property Protection, Form 42107 Section Titled Occupying the Building is amended to include Permission for Partial or Beneficial Occupancy prior to the completion or acceptance of entire work. OSt. Paul Fire and Marine Insurance Company. 1980. Insuring Agreement Page of Endorsement number to Insuring Agreement Endorsement number to General Rules. `42Piaul 1 The words you, your and yours mean the Insured named here: Contractor's and Owner's Property Protection (42107) Kraus Construction Co, as Contractor and Subcontractors, as their interest may appear McGoodwin-Williams & Yates Contractor's and Owner's General Liability Protection (42108) City of Fayetteville, Fayetteville, AR McGoodwin-Williams & Yates CSt. Paul Fire and Marine Insurance Company, 1980. Insuring Agreement Page _of_. Endorsement number to Insuring Agreement Endorsement number to General Rules. General Rules These rules apply to the entire policy unless you're notified otherwise. Your Policy Period Insuring agreements in this policy begin at 12:01 a.m., standard time, on the effective date. If this policy replaces policies ending at noon, rather than 12:01 a.m., you'll be covered starting at noon when coverage under the old policy ends. Insuring agreements added to this policy after its effective date go into force on the date shown in the added agreement. Your coverage is scheduled to end at 12:01 a.m., standard time, on the expiration date. If all or part of this policy is cancelled for any reason before that date, that coverage will end at 12:01 a.m., standard time, on the cancellation date. Estimated Premiums We compute the premium you pay for this policy using information available at the time. So, all or part of your premium may be based on estimates. If estimates are used, we'll compute your actual premium when complete information is available at the end of the policy period. If it's more than you've already paid, you'll owe us the difference. If it's less, we'll pay you back the difference. But you won't pay less than any minimum annual premium agreed on. You must keep accurate records of the information we'll need to compute your premium. Your agent can explain the type of records we'll need. You agree to send us copies of these records at the end of each policy period — or any other time we .. request them. Our Right To Inspect And Audit You agree to let us inspect your property and . business operations during normal business hours while this policy is in force. We're not, however, required to make inspections. Nor will we guarantee that your property or operations are safe, or that they conform to any laws, rules or regulations. This policy is signed by the President and Secretary of the company named on the Introduction Page. One of our authorized representatives must also countersign the policy before it is valid. You also agree to allow us to examine and audit your financial books and records that relate to this insurance at any time up to 3 years after this policy ends. Policy Changes This policy can only be changed by a written form included as part of the policy. The form must be signed by one of our authorized representatives. Nothing else, including notice to one of our agents or knowledge of an agent or someone else, will change this policy or waive any of its terms or stop us from asserting any of our rights under it. We make changes in our standard insurance policy forms from time to time. These changes must conform to state law and are filed with insurance supervisory authorities for approval. While your coverage is in force we can make any change in the form of this policy that broadens or extends your coverage. If we do, and the change can be added to your policy without increasing your premium, you'll automatically receive the benefit of the extended or broadened coverage. The same procedure applies to any changes we make in the 45 days before your policy goes into effect. Assignment And Transfers Neither,you nor anyone else covered under this policy -can assign or turn over your interest in it without our written consent attached to the policy. If you die, however, your interest will be transferred to your legal representative and he or she will be covered until the end of the policy period. Until a legal representative is appointed, the person who has temporary custody of your insured property will be covered. ' 40500 Ed. 1-80 Printed in U.S.A. CSt. Paul Fire and Marine Insurance Company, 1980_ General Rules. Page 1 of 2. Cancellation You can cancel this policy in whole or in part at any time. We have the same right. • To cancel, you must deliver the policy or the part you want cancelled to us or to any of our authorized agents. If this isn't possible notify us by mail and include the date you want the coverage to end. You'll get a refund for the unused premium less a charge for early cancellation. If we cancel this policy, we'll mail or deliver a cancellation notice at least 30 days before your coverage will end — 10 days if we're cancelling for nonpayment of premium. Mailing this notice to your last known address will be proof you were notified. You'll get a refund of any unused premium as soon as possible. However, the cancellation will be effective whether or not you've been paid or offered the unused premium. Recovering Damages From A Third Party Any person protected under this policy may be able to recover all or part of a loss from someone other than us. Because of this, each protected person must do all that's possible to preserve any right of recovery available. If we make a payment under this policy that right of recovery will belong to us. If we recover more than we've paid, the excess will belong to the person who had the loss. But we'll deduct our recovery expenses first. Fraud And Misrepresentation This policy will be void if you or any other. protected person hide any important information from us, mislead us, or attempt to defraud or lie to us about any matter concerning this insurance — either before or after a loss. Of course everyone makes mistakes. Unintentional errors or omissions won't affect your rights under this policy. How State Law Affects This Policy Any part of this policy that conflicts with state law is automatically changed to conform to the law. Arbitration Of Property Disputes If your policy includes property insurance and agreement can't be reached on the amount of your property loss, the following procedure will be used; 1. One of us will make a written demand for arbitration. - , 2. Each will select an appraiser and decide on a reasonable time and place for an appraisal of the loss and damage. 3. The appraisers will agree on a competent and impartial umpire. If they can't agree on an umpire within 15 days, a judge in the state where the appraisal is to be held will be asked to pick one. 4. The appraisers will each compute the loss and state the actual cash value of the property at the time of loss and the amount of the loss. If they don't agree, they'll submit their appraisals to the umpire. Agreement of two out of three will decide the amount of the loss. You'll pay your appraiser and we'll pay ours. And other costs of the appraisal and the umpire will be shared equally by you and us. We won't be held to have waived any of our rights under this policy because of the appraisal. Lawsuits Against Us No one can sue us to recover under this policy unless all of its terms have been lived up to. If your policy includes property insurance. Any lawsuit to recover on a property claim must begin within 1 year of the date you become aware of the loss. State law gives you more time for property located in these states: •New York, Maine, Virginia, Minnesota - two years; • North Dakota, North Carolina - three years; •Wyoming - four years; • Kansas, Nebraska - five years. If your policy includes liability insurance. No one can sue us on a liability claim until the amount of the protected persons' liability has been finally decided either by trial or by a written agreement signed by the protected person, by us and by the. party making the claim. Once liability has been determined by judgement or by written agreement, the party making the claim may be able to recover under this policy; up to the limits of your coverage. But that party can't sue us directly or join us in a suit against the protected person until liability has been so determined. If the protected person or his or her estate goes bankrupt or becomes insolvent, we'll still be obligated under this policy. Provision Required By Law "This Policy is issued under and in pursuance of the laws of the State of Minnesota, relating to Guaranty Surplus and Special Reserve Funds." Chapter 437, General Laws of 1909. (This provision applies only if this policy is issued in the St. Paul Fire and Marine Insurance Company C. Page 2 of 2. OSt. Paul Fire and Marine Insurance Company, 1980. ARKANSAS REQUIRED ENDORSEMENT SibuI ' M This endorsement changes your policy to comply with Arkansas law. t•. ii Information Disclosure If you fail to make:a'claim for your..loss-t to your building, your mortgage holder can If fire loss occurs, we are required by make a claim by submitting a 'Proof Of state law to furnish relevant information Loss Statement". The same rules and condi- relating to the loss to any state or fed- tions that apply to you will apply to the eral law enforcement or other agency which mortgage holder. has responsibility for investigation of fires if: • the agency requests the information, or • after investigating the fire, we have reason to believe it was not of accidental origin. If we provide information to a fire inves- tigation agency, we will: • notify you of. that action within 30 .days; and • send you a copy of the report. - If Your Building Is Mortgaged Your policy may include a Property Pro- tection agreement which contains an If Your Building Is Mortgaged section. If it does, that section is replaced by the fol- lowing. If the Coverage Summary identifies a mort- .gageholder, this section applies. We'll make payments for losses to you and any mortgage holder based on the interest each has in the covered property. Rights of a mortgage holder. A mortgage holder's right to receive payment won't be affected by any of the following: • Your actions or inactions, or those of the building's owner_ • Foreclosure -or other-similar-pro:-- ceedings. - L • Changes in title. . • Or use.of the building for a more.haz- - ardous purpose than allowed by this agree- ment. Duties of a mortgage holder. Your mort- gage holder must notify us upon learning that the insured building is being used for a purpose that increases the risk of damage. Your mortgage holder must also inform us upon learning that the building is being sold or that there's a change in occupancy. - If you fail to pay any premium under this agreement, we can request payment from from the mortgage holder. We may also ask your mortgage holder to pay any extra pre- miums we require because the building is being used for more hazardous activities. If the mortgage holder chooses not to pay this extra premium, coverage will end. Transfer of mortgage holder's rights to . us. If we make a payment to your mortgage holder for loss- or damage that we claim isn't covered by this agreement, the mort- gage holder's rights to recover that amount from you will then belong to us. But that won't affect your mortgage hold er's rights to recover the remaining amount of the mortgage debt from you. We also -have the right to pay off the mortgage debt. If we do, we'll take over the mortgage holder's right to be repaid by you. Cancellation notice to mortgage holder. . We'll cover your mortgage holder's inter- est in your property for -30 -days -from the time we give the mortgage holder :notice of cancellation of this agreement - 10 days if we're cancelling for -non-payment of premium. 40516 Ed. 6-81 Printed in U.S.A. Endorsement to the General Rules' -o ®St. Paul Fire & Marine Insurance Co -1981 e_ .. ,u; a, .sr :: Page 1::df 2 7 Punitive Damages Exclusions and deter others from similar conduct. Your policy may include an agreement that contains a punitive damages exclusion. If Other Terms it does, that exclusion is replaced by the following. All other terms of your policy remain the same. Punitive damages. ' We wont.cover,claims_._,,._,w._.....,.._..__,._.1.,,_........_.,.. .. ...,. �__.....�♦._ for punitive damages. Punitive damages are damages imposed to punish a wrongdoer H..:i :; ^_;i m s;.r': ( vi _ _- • 111 r.r •! -• iJ.. l•. �♦iry •♦ 1 :1T. :c'• '! • al.(• I ry j. ,f .� : .: t, - '3zC- 'd jiJ flu -C. ... .l_ •�; • fl: E - '! ♦ FtY} Imo. i.i • b�: ,r''1 .• ♦ Jl l �' �.'♦ :i..`S •.Iv .. i i ....1 LL jl. l.._ v:_� i. i 4 • 1C✓. _ j_/ a '��.:.1 J �U J CIa.. JiT rJ.'�'C .. ! _ .1 '.).t :n�J:. ♦i ' C - T- - - :>tI POit fiie 30 'd v- ::3 .: `•r}_'J+ 'c,.�.i ."iiii?e :.J S3IJr l: C: C1L. fj:ia',i. /i .+l' 30.3CO'7i_ 70 • r, C) :::. '1? 1:. JA _l :. ilr .. tl .. .. .' .- .e U':r :lCr`: i..J [iv i�a '. 7.� . S I T:1 .. .:1 i -.t;L .eX.' .. - • UC i T,! ':yy0.. •. .n(f nt. ..it _..... .. D.. a. .•';.... •✓'.i .. j. :z'. `7•-:-L,.ji :i'cl`_-'c' ,.}:_ JUI s., [1 ,i .. - .uJJ ':: 3';�:J (.: If_. .a_YJ ._ v:J .l .: a0 :J ..... . ...... n'.: + .. .rv. 3.^— ]> '!� _ 0.i.. �. t �11:1 r. '. 'i !- .7V .•l.Ali)'�l'e u'.iii Jli �....�1:. £c:;3- Lt _ -:!� .� ..� 1'..'. ii _.•�Q.� 5.> ♦ }C ti.. �Lnl '♦_: . _. _ .. -.. 'C'L}J::♦.7c -- s .(1. •._--•.: :''i.-♦•. ♦1 r-• •LI ti ICO Z!C1 7ur=m Page 2 of:.2. ;.(-_ ®St. Paul Fire & Marine .Insurance Co.1981 ;. _ .:. z..: ,x :-fl i"L ') What To Do If You Have A Loss Loss Or Damage To Covered Property If an accident or incident causes a property loss that's covered under this policy you must: 1. Tell us or our agent what happened as soon as possible. Include the time and place of the event and names and addresses of any witnesses. 2. Notify the police if a law may have been broken. 3. Do everything possible to protect the property from further damage. 4. Make any reasonable and necessary repairs and keep a record of your expenses. 5. Separate the damaged personal property from the undamaged and make an inventory of the damaged items. 6. Show us the damaged property and any records you have to prove your loss. 7. Allow us to question you under oath about your claim and sigh a copy of,your answers. You must also -do your best to get your employees, members of your household and others with a financial interest in the property to do the same. 8. Send us or our agent a sworn "Proof of Loss Statement" detailing your loss and interest, in the property. Payments will be made within 30 days after we reach agreement with you. 40511 Ed. 1-80 Printed in U.S.A. What To Do If You Have A Loss — Property Page 1 of 1. OSt. Paul Fire and Marine Insurance Company, 1980. Contractor's And Owner's General Liability Protection We've designed this agreement to protect against certain General Liability claims in connection with your construction project. Of course there are some limitations which are explained later in. -r this agreement. •I - Contents Page Defending lawsuits. We'll defend any suit brought What This Agreement Covers 1 Who Is Protected Under This Agreement : 1 Where We Cover 2 Limits of Coverage 2 Exclusions - Claims We Won't Cover 2 Other Insurance 4 What This Agreement Covers' We'll pay damages you and others protected under ,,this agreement are legally required to pay for a coyered Bodily Injury or Property Damage claim resulting from an accidental event. To be covered the claim must arise from either of the following:. .•work performed for you by.the contractor named. in the Coverage Summary at the described ., location; or .your acts or omissions in -connection with.your general supervision of such work.:: i r,+ ' Bodily injury means any.ph'ysical harm including sickness or disease that happens while'this': agreement is in effect, If an injury is covered, we'll cover damages for care, loss of services or death resulting from the injury. Property. damage means any damage to tangible property of others that happens while this agreement is in effect. This includes loss of use of the damaged property resulting from the damage. Property damage also includes loss of use of others' property that hasn't been physically damaged if caused by an accidental event that happenswhile„ this agreement isin'effedt.` "' '' - '_L ::, r1W AI):, L�-r+.4, .. Accidental event means any -event that results in injury or damage that the protected person didn't expect or:intend to, happen. :..•_, cr ;o to 'j -.;r-<) Work includes materials, parts and equipment' 'furnished in connection with'the work Additional benefits. All the following.benefits arre in addition to the limits of coverage. against you or any other protected person for covered claims, even if the suit is groundless or fraudulent. We have the right to investigate; negotiate and settle any suit or claim if we believe that is proper. We'll pay all costs of defending the suit, including interest on that part of any judgment that doesn't exceed the limits of your .i coverage. But we won'.t defend a suitor pay a claim after these limits have been used up in, paying judgments or settlements. Legal bonds. We'll pay premiums for appeal bonds. We'll pay premiums for bonds to release property that's being used to secure a legal obligationrbut only up to the applicable limit of coverage. And we have no obligation to apply for or furnish such bonds.' Expenses related to defense. We'll also pay all reasonable costs that you or any protected person incur at our request while helping us investigate or defend a claim or suit. -This includes up to $50.00 per day for actual loss of earnings. For example, if someone sues you, we may ask you to be a witness in a trial. -If you -lose earnings as -a result, we'll pay up to $50.00 per day for earnings you actually lose. First aid. We'll pay the cost of first aid given.to an, injured person if the injury is covered under this agreement, Who Is Protected Under This Agreement Besides you;' certain other persons are.protected 1 under this'agreement. They are described below. l:'..^.i. :1 v '..j c.; ::. J-.,-`; '/'.! :.;. Individual:'If this policy'is'in your name alone, you and your spouse ppare protected. J t.n-1; _i - :'-'.:,': Partnership. If this policy.. in the name of a. partnership or joint venture, that.organizationl is protected. Individual partners or co -venturers are also protected for their liability,as members of the named organization. • 42108 Ed. 9-80 Printed in U.S.A. eSt. Paul Fire and Marine Insurance Company, 1980. Insuring Agreement 34D. S 3.-, ,.. Page I of 4. Property Coverage. Corporation. If this policy is in the name of some other type of organization such as a corporation, it is protected. Executive officers, directors and stockholders are also protected while they're actinc within the scope of their duties for the named organization. Contractual liability. We won't cover liability assumed under any contract or agreement except an incidental contract, or a warranty that work performed by the named contractor will be done in a neat and skillful way. An incidental contract means any written: Real estate manager. Any orgariization or person;`_,.- 'VLease`d'f premises, sidetrack agreement"or elevator other than one of your employees, is protected; c t maintenance agreement. s while.acting as a real estate manager for y.ou:,.pr • Easement agreement that's not in connection with '(I' . '.. - - ''c "� - construction or demolition'work on oradjacent to Where We. Cover„" , We cover accidental events that take place in the United States of America, its territories or possessions, Puerto Rico or Canada. And events that happen in international waters or air space that don't involve iravel to or from any other country. ' Limits Of Coverage The limits of coverage are shown.in the Coverage Summary. Two types of limits — an accidental . event limit and a total limit — apply to the amount we'll pay. Only an accidental event limit.applies • to bodily injury claims. Both types of limits.apply' to property damage claims. • Each accidental event limit. This is.the most:we'.11 pay for all claims that result from anyone .accidental event. This limit applies no matter how. many persons protected under.this agreement are involved or how many claims are made. We'll, consider all injury and damage cau'sed'by continuous or repeated exposure to basically the* same conditions to be the result of one accidental event.. Total limit. The total limit is the most we'll pay for all property,damage claims that result from all 'accidental events that take'place'in a policy year. By policy -year we. mean each 'consecutive annual,"' period of the -policy. If the total limit:is-left.blank., it's the same as the property damage limit for each accidental event or $25,000 whichever-is.'.more::):l l Exclusions — Claims We Won't Cover - We won't cover'claims for -any of the ":"'r' • following liabilities. ` "'` `- „ 'o • rl.. C.. ..1.'iVvUrV Ii. .n. v'.11414 Professional services. We wont cover'_injury o `0 damage caused by an architect, engineer or surveyor in providing or failing to provide any professional services. a railroad. - • Promise to reimburse a municipality'required'by 1 ordinance, that's not in connection with work for' the municipality. Employer's liability. We won't cover bodily -injuries received on the job by anyone employed by -you or any other, protected person. There is one exception. We'll cover liability for such injuries assumed under an incidental contract described above.,.;; Completed work. -We won't cover ihjury'or damage that happens aftereither:of,the-following: - r' ' .All work on the project — other th-anservice or repairs — to be done by you or on your behalf at the location described in the Coverage Summary. has been. completed;. or 'c :1 ;2-v1.1;:+z;:':':, •That part of the named contractor's wprk-out`lof;':' which the injury or damage ari'ses.has'been put:to- its intended use by.someone otherithan""another contractor who is:working for a principal,on the same project.;1;.:. Act or omission'.' We won't cover injury',or damage due to any act or. omissiori:of,yours or your employees'cther'than 'general supervision lof work, done for you by the named contractor. .1.. ,.".. .. i ... . f -.1 .''.f 4'. •.,-.;f ,�. . Workers' compensation. We'won't cover obligations that protected persons or.theirinsurance companies have under workers' compensation, disability benefits or similar.laws s x' >`' _ • '='� '' ; •:i U J:. c1jq r,.l it o-,� Control of property. We•won'ticover'damage to :-"' property you orany other protected, person own,_,,i rent, occupy, use.or physically. control. Nor will;we be responsible for any damage to work performed for any.protected person by the.named contractor. Snowmobiles. We won't cover injury or damage due to the use of snowmobiles or snowmobile trailers. Page2of4. .-.. .W CSt. Paul Fire and Marine Insurance Company, 1980. .b tc. aI .. ..an'.3:.1 f, .'r.1 .•.S :,f .... :G: 'R Mobile equipment. We won't cover injury or damage caused by mobile equipment while it's being used in any: •organized or prearranged race; •speed contest, demolition contest or stunt; or •in practice for such events. Nor will we cover injury or damage caused by mobile equipment while it's being transported by any auto that's owned, operated, rented or borrowed by you or any other protected person. Mobile equipment includes the following types of land vehicles: Those that don't have to be licensed Those designed for use off public roads or used exclusively on your premises and roads adjacent to your premises. And specialized equipment or vehicles designed only to move specialized equipment that's permanently attached to it. For example: farm machinery, well drilling rigs, power cranes, concrete mixers that remain on a job site, and road construction equipment. Business risk. We won't cover loss of use of tangible property that hasn't been physically damaged when the loss of use is caused by your failure to live up to a contract. Or by the failure of your products or work to live up to your promises. But we'll cover loss of use of tangible property of others that's caused by sudden or accidental damage or. destruction of your products or work after -they've been used by another person. Pollution. We won't cover claims for injury or damage caused by the continuous or intentional discharge or release of pollutants such as: Smoke. Vapors. Soot. Fumes. Acids. Alkalis. Toxic chemicals, liquids or gases. Or waste materials. But we'll cover sudden accidents involving pollutants. War. We won't cover injury resulting from war (declared or undeclared), invasion, insurrection, rebellion, revolution, civil war or seizure of power Or by anything done to hinder or defend against these actions. Nuclear energy liability. We won't cover liability for which you or other protected persons are covered under a nuclear energy liability policy issued by a group such as one of the following: •The American Nuclear Insurers; •The Mutual Atomic Energy Liability Underwriters; or •The Nuclear Insurance Association of Canada. Nor will we cover a liability that would have been covered by a policy of one of those groups if its limit hadn't been used up. We won't cover claims for property damage to a nuclear facility located in the United States or Canada when the liability arises out of services or materials you or any protected person furnished to the facility. This includes liability for all forms of radioactive contamination. And we won't cover any claims that arise out of services or materials that you or other protected persons furnish to any nuclear facility located outside the United States or Canada. We won't cover claims resulting from radioactive, toxic, explosive or other hazardous properties of nuclear material in any of these three situations: 1. You or other protected persons are required by law to maintain financial protection for nuclear events. Or you or they are entitled, or would have been entitled had this policy not been issued, to indemnity for nuclear events from the United States. 2. The nuclear material is located at, or at any time discharges from, any nuclear facility that is owned or operated by you or any protected person. Nor will we cover such claims if the nuclear facility owned by you or any protected person is operated by others. 3. The nuclear material is contained in spent fuel or waste that you, any protected person, or others acting for either, have at any time possessed, transported or disposed of. Nuclear material means source material, special nuclear material or by-product material as defined under the federal Atomic Energy Act. Nuclear facilities are any of the following: • Nuclear reactors. • Enrichment plants. • Fuel or spent fuel handling or processing plants. •IA location used for handling, storing or disposing of nuclear waste. •A location containing more than 25 grams of plutonium or uranium 233 combined, or more than 250 grams of uranium 235. Nuclear waste is waste from any of the first three nuclear facilities named above which contains by-product material. But we won't consider waste to include tailings or other wastes from the processing of ore to extract or concentrate uranium or thorium to produce source material. 42108 Ed. 9-80 Printed in U.S.A. CSt. Paul Fire and Marine Insurance Company, 1980. Insuring Agreement 34D. Page 3 of 4. Property Coverage. Y � � Spent fuel is any fuel element or component, whether solid or liquid, which has been used or exposed to radiation in a nuclear reactor. Other Insurance.' This agreement is primary insurance. If other insurance is available that is excess or contingent, it won't affect our payment under this, agreement. Excess insurance applies after primary coverage has been used up: Contingent insurance applies only when there'is no other coverage. This agreement .' may be changed by endorsement to an excess or contingent basis. When this agreement and other collectible insurance apply to a loss on the same primary, excess, or contingent basis, our payment may be different. Each policy, including this agreement, will share the loss equally until it's paid. If a policy reaches its limit before the whole loss is paid, the remaining policies will share the balance equally. But no policy will pay more than its limit. For example: . • v ....i ,' y i .'I .rid ") f -{ . N \Y•..r•`.r, _.gin:_ .•J' i'.\f: �"$C A'l': :':.1 'fF .• You have a $600,0001oss. The limit of coverage on this agreement is $500,000 but you have two other policies that cover your loss and provide for contribution by equal shares. Policy A's limit is $100,000 and Policy B's limit is $300,000. First we figure how much we'd have to pay if each ♦ contributed equally until your whole loss was covered or we each paid the limit of Policy' A. That works out to $100,000. Three $100,000 payments wouldn't cover your loss; so we have to •figure how much 'we'd have to pay'if this agreement and Policy B contributed equally until your whole loss, was paid'or we each reached our limits. Since the unpaid portion of the loss would be $300,000, we'd each.pay another $150,000 without reaching our limits. Our total payment under this agreement would be $250,000. If the other insurance doesn't provide for . contribution by equal shares, we'll figure our payment this way: We'll pay that portion.of the loss equal to our percentage of the total amount of insurance covering the loss. But we won't pay more.. than our limit. For example: -The limit of coverage under this agreement is $500,000. You have another policy covering the loss with a limit of $300,000. We'll pay up to 60% ($300,000/$500,000) of the loss, but not more - than $500,000:: I •'J1 "• LI, :V .• yil l! .: ♦ r.. :Cii a .•:: ..<•r.. 1. v: i5- ... •y...' - -♦-.- r •.:� - Page 4 of 4. Cst. Paul Fire and Marine Inwnnce Company, 1960. 1.� of paMauaa :1 1 I ■ 1 e, t5 'I S. uo!;e!!elsu!/Ns!N s,.lap!!ng jua6u!;uo3 s;uaaul6u3/s,uauMp ' g. £g-!-! uoi2esuadwo3 s,uawlioM - Ai.!!!ge!q ssaox3 v �, £8-1-4 Al!!!ge!q a!!gowolntl 1 £8-!-! A1!!!ge!] !eiaua6 sai!dx3 - adAj 3lNtlbnSN! loe�luo3.ol aolad::loeaIuaj loeuluo3 woJ3 palonpa0 'oN pappy sAed palsnfpy io pappy lunowy S213UIO 39NVH3 • J _i _ rum' s • ..y�A T-tJly' yam^" — ♦ y ' r • SPECIFICATIONS Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas Relative to Reconstruction of Highway 62 from Highway .71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 t McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas I 1 I I T A B L E 2! C O N T E N T S Advertisement for Bids ---------- Instructions to Bidders --------- Arkansas Prevailing Wage Determination Proposal --------------------- Contract ----------------------- Performance Bond --------------- Payment Bond -------------------- General Conditions -------- ----- General Specifications Pipe and Pipe Laying ----------------------------- 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 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 ---------------------------------- 19. Materials of Construction A. Pipe --------------------------------------- B. Gate Valves ---------------------------------- Page No. 1-1 2-1 4-1 5-1 6-1 7-1 7-3 8-1 9-1 17-1 17-1 17-1 17-1 17-2 17-2 17-2 17-3 17-3 17-3 17-4 17-4 17-4 17-4 17-4 17-4 17-5 17-5 17-6 17-7 I L 19. Materials of Construction Continued C. Butterfly Valves ------------------------------ • D. Valve Boxes ----------------------------------- E. Fire Hydrants ---------------------------------- ' F: Ductile Iron Fittings (Mechanical Joint) ---- - G. Pipe Bedding Material - H. Manhole Rings and Lids ------------------------ ' I. Concrete for Manholes --- --------------- J. Manholes and Manhole Steps --------------------- K. Tapping Saddles -------------------------------- ' L. Corporation Stops M. Water Service Lines N. Fittings for Connection of New Water Service Line 0. Meter Yokes ----------------------------------- ' P. -Meter Boxes ------------------------------------ Q. Meter Box Covers ----------------------------- R. Tapping Sleeves and Valves --------------------- ' 20. Water Line Construction A. General Line Construction - -------------------- B. Excavation --------------- ----- C. ------------ 1 Pape Bedding -------------------------------------- D. Valves E. Fire Hydrant Installations F. Pipe Encasement ----------------------=-------- ' G. Water Meter Relocations H. System Tie -Ins I. Testing -- — ----------------------------------- I J. Flushing and Sterilization _--- - - K. Fitttings 21. Highway Crossings (State or U.S.) 22. Trench Backfill A. Driving Surfaces (Excluding State Highways) • B. Lawns, Gardens and Other Well Kept Areas C. Mowed or Cultivated Areas (Excluding Gardens) - 23. Cleanup A. Class -I Cleanup - Lawns, Gardens - Private Property B. Class II Cleanup - Fields, Meadows, etc. ---- I C. All Areas ------------------- ---------------- 24. Street Cuts and Repairs 25. Asphalt and Concrete Cut and Replacement (Other than on Highway Right of Way) ---- I 26. Final Inspection --------------------------------- 27. Methods of Measurement and Payment ---------------- 1 I Page No. 17-7 17-7 17-8 17-8 17-8 17-8 17-8 17-9 17-9 17-9 17-9 17-9 17-9 17-10 17-10 17-10 17-11 17-11 17-12 17-12 17-12 17-12 17-13 17-13 17-13 17-13 17-14 17-15 17-16 17-16 17-16 17-17 17-17 17-17 17-18 --- 17-19 17-20 --- 17-21 L I I I I I I t I I I I I I J 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 11:00 a.m. on the 22nd day of April, 1982, for furnishing all tools, materials and labor and performing all necessary work in the construction of Relocation and Adjustment of Water and Sewer Facilities relative to recon- struction of Highway 62 from the Highway 71 Bypass to Farmington, Arkansas, Highway Commission Job No. 4705, as follows: Approximately 17,500 linear feet of 12 inch water line, 600 linear feet of 8 inch water line, 1,600 linear feet of 6 inch water line, and 2,600 linear feet of 2 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. All necessary work, materials and every item of construction shall be in accord- ance 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 per set. Payments for plans and specifications are not refundable. 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. 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 is to be retained as liquidated damages in the event the successful bidder fails, neglects or refuses to enter into contract for the construction of said work and furnish the necessary bonds within ten days from and after the date the award is made. Bids must be made upon the official proposal sheets contained in the specifica- tions, and such proposal sheets shall not be removed from the remainder of the contract documents. All bids shall be sealed and the envelopes addressed to the City Clerk, City of Fayetteville, Post Office Drawer F, Fayetteville, Arkansas 72702. 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. 1-1 Li 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 right to withhold the awarding of the contract for a period not to exceed 30 days after the receipt of bids. Dated the 6th day of April 1982 . Sherry L. Rowe, City Clerk 1-2 • I 1 I I I I 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. I 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 speci- ' fications. Bids shall be sealed and addressed to the Owner, as given in the advertisement, and the title of the project, the name of the contractor submitting the bid and the time and date for receipt of bids written on the envelope. 1 Instructions to Bidders I 2-1 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, to 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- mation 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 t,9&;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 awarding the contract, and will be used as a basis for fixing the amount of the required bonds. No bidder shall divulge the information in the sealed bid to any person whomso- 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 H Li U I I I I I I I 8. WITHDRAWAL OF BIDS. Permission will •notsbe-granted to withdraw or modify any bid after it has been filed. Requests for non -consideration of bids must be made in writing, addressed to the governing body of the Owner, and filed with the representative of the Owner designated to receive 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, or corporation under the same or different names. Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. Unbalanced Proposals in which the prices for some items are out of proportion to the prices for other items, 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 For 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 a I 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 shall be deemed the lowest responsive and responsible bid. 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. check, or a surety bond issued state of the Owner, in the sum made payable to the Owner as a and the required bonds furnish contract is awarded. Each bid must be accompanied by a certified by a company licensed to do business in the of five percent (5%) of the amount of the bid, guarantee that a contract will be entered into :d within the required time, in the event a 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 I CI I I Upon failure of the bidderto.=execute the contract and bonds within the speci- fied time after the award of the contract, he will be considered to have abandoned said bid, and the Owner may relet same. By 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. 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 1 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 1 $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. Instructions to Bidders 2-6 ' H I I Li G fl L-. I C I I I I I 26. COMPLIANCE WITH EQUAL OPPORTUNITY PROVISIONS, NONSEGREGATED FACILITIES REQUIREMENTS, AND MINORITY 'BUS:INESS ENTERPRISE•„PARTICIPATION (WHERE APPLICABLE). • Ii 1dTt..1. Where Federal funds are used' -to pay a portion of the cost of a project, the prospective bidder willbe required to comply with the provisions of Title VI of the Civil Rights Act of 1964 and Executive Orders 11246 and 11375, and, where applicable, shall include such provisions in subcontracts or purchase orders. Further, certain construction contracts are subject to compliance with Minority Business Enterprise requirements. ' Where provided for in the specifications the Contractor, as a part of his bid, shall complete forms relative to compliance, or participation, with the above. 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 for 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. During the life of this contract, the successful bidder shall carry insurance as hereinafter set out. Also, he shall require all of his sub- contractors to carry insurance as outlined below, in case they are not protected by the policies carried by the prime Contractor. Insurance companies underwriting the required insurance shall be licensed in Arkansas. Licensed companies are listed in the State Insurance Department's Annual Report of the Insurance Commissioner. In Arkansas the prevailing law requires that insurance on public works contracts be issued by and through a duly licensed agent resident in the state of Arkansas. The mere countersigning by a resident agent is not acceptable. Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the acceptance and approval' thereof, the Contractor shall promptly, upon being notified to that effect, execute and furnish acceptable insurance in the amounts herein specified. Upon presentation of acceptable insurance, the unsatisfactory insurance may be can- celed at the discretion of the Contractor. The Contractor shall have his resident insurance agent submit to the Owner, through the Engineer, a schedule of insurance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred in the proposal of insurance coverages, the Con- tractor shall then furnish to the Engineer, in the name of the Owner, certificates of insurance for the following. 1. Workmen's Compensation. Workmen's compensation, as required by the laws of the state in which the work is to be done, shall be furnished. 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. Instructions to Bidders 2-7 I L 2. Contractors' Public Liability Insurance and Property Damage Insurance. This insurance shall provide bodily injury of $500,000 for each person and $1,000,000 for each accident; and property damage of $200,000 for each accident. This insurance shall be endorsed to cover explosion, collapse and underground hazards, and blasting. 3. Motor Vehicle Public Liability and Property Damage Insurance. This policy shall provide bodily injury of $500,000 for each person and $1,000,000 for each accident; and property damage of $200,000 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 description brought or recovered against them by reason of any omission or act of the Contractor, his agent or employees in the execution of 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 endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $200,000 property damage and $500,000 bodily injury limits, and with such provisions as will protect the Owner and Engineer from contingent liability under this contract. 5. Builder's Risk Insurance. The Contractor shall procure and maintain during the life of the contract builder's risk insurance (fire, lightning, extended coverage, vandalism and malicious mischief) on the insurable portion of the project on a 100 percent completed value basis, against damage to the equipment, structure or material. The Contractor, his subcontractors, and the Owner (as their interests may appear) shall be named as the insured. 6. All -Risk Floater Insurance. Until the project is completed and is accepted by the Owner, the Contractor is required to maintain an all-risk installation floater policy. The Contractor shall submit to the Owner written evidence of insur- ance upon the entire work at the site to the full insurable value thereof including the interests of the Owner, the Contractor, the subcontractors, and any others with an insurable interest so desig- nated by the Owner. The policy shall insure against all risks of physical damage except as modified by the contract documents and subject to the normal all-risk exclusions. The policy by its own terms or by endorsement shall specifically permit partial or bene- ficial occupancy prior to completion or acceptance of the entire work. 7. Other Insurance. The Contractor is to protect the Owner against all loss during the course of the contract. If, due to the nature of the project, insurance coverage other than that specified above is needed by the Contractor to protect the Owner against all losses, the Con- tractor is responsible for determining the type of insurance needed and purchasing same. Instructions to Bidders 2-8 1 Li I I I I I I Li L Each insurance certificate and/or policy shall contain a clause providing that it shall not be canceled by the insurance company without fifteen (15) days written notice to the Ower of intention'to cancel. It shall be the responsibility of the Contractor to maintain insurance as set out above, and current certi 29. PERFORMANCE BOND AND PAYMENT BOND. The Contractor shall furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100%) of the contract price. The performance bond and the payment bond shall be two totally separate bonds and shall bear two different bond numbers. The Contractor is to pay all expenses in connection with the obtaining of said bonds. The bonds shall be conditioned that the Contractor shall faith- fully 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. Resident Agent Required. In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said bonds,. and filing with such bonds his Power of Attorney as his authority. The mere countersigning of the bonds will not be snffiriant_ , ' date of the contract. At least six copies of the bonds shall be furnished, each with Power of Attorney attached. Bonds are to be approved by the Owner. If any bonds contracted for become ' unsatisfactory or unacceptable to the Owner after the acceptance and approval thereof, the Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable bonds in the amounts herein specified. Upon ' presentation of acceptable bonds, the unsatisfactory bonds may be canceled at the discretion of the Contractor. [1 I I Instructions to Bidders 2-9 J IN ACCORDANCE WITH ARKANSAS LAW, THIS SCALE OF WAGES MUST BE POSTED 1F4A "PROMINENT AND _ EASILY ACCESSIBLE PLACE AT THE SITE OF THE WORK." Page -1 of. 3 _ ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION -HEAVY CONSTRUCTION DATE: October 22, 1981 DETERMINATION # 81-43 • PROJECT: Relocation and Adjustment of COUNTY STATEWIDE Washington _, -Water and Sewer Facilities EXPIRATION DATE: 2-22-b2Fayetteville _ _ BASIC - H . Education . HOURLY _ & - and/or RATE W Pensions Vacation Appr. Tr.- Bricklayers $6.00 -.: Carpenters._- 6.00. Concrete -finishers -6.00. Electricians.7 .25 ' .. .:IRONWORKERSi Structural 5.25 I Reinforcing 4.50 LABORERS: Air tool operator- 4.25 Asphalt heater operator 4.25 1Asphalt' •raker - - :4.85. Carpenter: helper .. : 435. Chain saw operator 4.35 'Checker grade - -4.50' Concrete. finisher helper 4.35 Concrete,. joint: sealer :-i: 4.35 Concrete saw operator 4.35 ' Form setter 4.50 Laborer:.: 3.35 Pipelayer 4.50 'Powderman 5.25 - Vibratorman 4.25 Painter . . - 5.25 Pile driver leadman 5.25 POWER EQUIPMENT OPERATORS: -. Aggregate syr<e.c..:.: op.. 4.75. Asphalt plant.fireman 4.00 I. Asphalt drier operator 4.00 Batch plant operator 4.75 BULLDOZER OPERATORS: • . Finish 5.75 Rough 5.00 - Bull float operator 4.65 Concrete curing machine op.4.85 ' CONCRETE MIXER OPERATOR: Less than 5 sacks 4.35 5 sacks or over 5.25 ' Backhoe op.-rubbertired (1 yard or less) 5.00 - Cherry picker operator 5.00 Concrete paver operator 5.50 I CERTIFIED Arkansas Departent of labor Date 7- 3l' Y/ 4-1 I II I Ii I I I I Page 2 of 3 . .ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION -HEAVY CONSTRUCTION DATE: October 22,-1981 DETERMINATION # 81-43 PROJECT:_ Relocation and Adjustment of COUNTY_STATEWIDE (Washington) -. Nater.and Sewer Facilities _ ilities EXPIRATION DATE: 2-22-82 Fayetteville - - BASIC - H Education HOURLY & " ' and/or RATE W Pensions Vacation Appr. Tr. Concrete spreader op. 5.50 CRANES, DERRICK, DRAGLINE, SHOVEL, BACKHOE OPFRATORSI - - • 1-1/2 yard or less 5.75 Over 1 1/2 yard 6.00 Crusher operator . 4.65 Distributor operator 4.65 -- Drill operator (wagon or - truck) 5.00 Elevating grader operator5.50 Euclid or like equipment op. (bottom or end dump)4.50 Finishing machine operator 5.00 Forklift operator 4.15 Form grader operator 4.15 FRONT END LOADER OPERATOR: - Finish 5.50 Rough - 5.00 Hydro seeder operator 4.50 Mechanic 5.75 Mechanic helper . 4.50 MOTOR PATROL OPERATOR: Finish 5.75 Rough 5.00 Mulching machine operator 4.50 Oiler and greaser 4.50 Pile driver operator 5.25 Pug Mill operator 4.25 Roller. op. (self-propelled)4.50 SCRAPER OPERATORS: Finish 5.75 Rough 5.00 Sod slicing machine op. 4.10 Stabilizer mixing machine 4.65 TRACTOR OPERATORS: Crawler type 4.50 Farm and wheel 4.25 Wheel type (with attach- ments 1 yard or under) 4.65 Trenching machine operator4.65 II 4-2 Page 3 of - •ARKANSAS DEPARTMENTOF LABOR" PREVAILING WAGE DETERMINATION -HEAVY CONSTRUCTION DATE: October.22, 1981. DETERMINATION *81-43 • PROJECT: Relocation and Adjustment of_ COUNTY STATEWIDE (Washin ton) Water and Sewer Facilities--. - EXPIRATION DATE: 2-22-82 U Fayetteville - - ---.BASIC _H - :.•-- - Education- HOURLY •& and/or-;. - RATE W Pensions _Vacation Appr. Tr. ' - STONEMASONS 6.00- - _ _ - TRUCK DRIVERS; ..- Distributor truck.drvr.4.50 '•• Semi -trailer 4.50 Lowboy driver 5.00' - Transit mix truck driver 4.50 'Truck driver (heavy -max- - - - - imum pay load in excess of 3000 lbs.) 4.25 - .. Truck driver (light -max-. - - impay load 3000 lbs.)4.00 WELL DRILLERS - um _ 5.75 - - - - - WELDERS - receive rate prescribed for, craft performing operation to which _ welding is incidental. 1 a . t 1 I. . . - -- : • 1 4-3 FRANK WHITE. GOVERNOR BILL EVERETT. DIRECTOR e Y !.�• S ... ...• •F Gentlemen: March 29, 1982 Re: Relocation and Adjustment of Water and Sewer Facilities Fayetteville Washington County We are extending Arkansas Prevailing Wage Determination Number 81-43 until June 22, 1982. If we can be of any further assistance, please feel free to contact Becky Bryant at 371-3024. BB: kj 4-4 Sincerely, 9*aont Administrative Assistant II Li [] I I J I I I PROPOSAL RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 From Highway 71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 To the Board of Directors City of Fayetteville Fayetteville, Arkansas 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. He 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 eighty (180) calendar days from the date of the issuance of the Notice to Proceed, for the following prices. Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 1. 17,500 Linear Feet, 12" Ductile Iron Pipe Water Line, Class 51, 'complete in place Eighteen and 66/100 --------------------------- dollars( 18.66 )L.F, $ 326,500.00 2. 600 ollar amount written in words) (In figures) Linear Feet, 8" Ductile Iron Pipe Water Line, Class 51, complete in place Fifteen and 72/100 ------------------------------- dollars( 15.72 )L.F. 9,432.00 5-1 L! IF I I Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 3. 1,800 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, complete in place - Fourteen and 17/100 --------------------------- dollars( 14.17 )L.F. $ 25,506.00 4. 2,585 Linear Feet, 2" PVC Water Pipe, Class 200, complete with SB-2 bedding in place Ten and 31/100 -------------------------------- dollars( 10.31 )L.F. 26,651.35 5. 2 Each, 8" x 6" Tapping Sleeves and Valves, complete in place One thousand Two hundred Seventy and no/100 -- 1,270.00 2,540.00 2,540.00 dollars( 6. 9 Each, 12" Butterfly Valves, Mechanical Joint, complete in place Seven hundred Eighty and no/100--------------- dollars(780.00 )Each 7,020.00 7. Three 3 Each, 8" Gate Valves, Mechanical place hundred Seventy and no/100---------------- Joint, complete in dollars(370.00 )Each 1,110.00 8. 31 Two hundred Each, 6" Gate Valves, Mechanical place Seventy and no/100------------------ Joint, complete in dollars(270.00 )Each 8,370.00 9. 8 One hundred Each, 2-1/4" Gate Valves, Mechanical, with transition glands as required, complete in place Ninety and no/100dollars(190°° dollars(190.00 )Each 1,520.00 10. 20 Each, Fire Hydrant Installations, complete with barrel extensions if required and auxiliary gate valve, complete in place One thousand One hundred and no/100------------- dollars(1,100.00)Each 22,000.00 11. 20,400 Pounds, Ductile Iron Fittings, including reaction backing, complete in place Two and 38/100 ---------------------------- AnlIurct 2.38 Tha 48,552.00 5-2 Item Estimated Total Description of Item and Unit Price Bid No. Quantity Amount 12. 2 Each, Highway Crossings, 80 linear feet 18" casing installed to grade and bore pit backfill I J 1 I Four thousand Seven hundred Fifty and no/100 -- dollars(4,750.00 )Each $ 13. 1 Each, Highway Crossing, 70 linear feet 18" casing, installed to grade and bore pit backfill - Four thousand One hundred Sixty and no/100 - --- dollars(41160,00 )Each 14. 1 Each, Highway Crossing, 60 linear Feet 18" casing installed to grade and bore pit backfill Three thousand Five hundred Sixty-five and no/100 dollars(3,565.00 )Each 15. 2 Each, Highway Crossings, 80 linear feet 16" casing, installed to grade and bore pit backfill 9,500.00 4,160.00 3,565.00 Four thousand Two hundred Twenty-five and no/100 - dollars(4,225.00 )Each 8.450.00 16. 9 Each, Highway Crossings, 70 linear feet.16" casing, installed to grade and bore pit backfill Three thousand Seven hundred and no/100-------- dollars(3,700.00)Each 33,300.00 17. 2 Each, Highway installed to Three thousand One hundred Crossings, 60 linear feet 16" casing, grade and bore pit backfill Seventy and no/100 -- dollars(3117000)Each 6,340.00 18. Two 1 thousand Each, Highway installed to Seven hundred Crossing, 52 linear feet 16" casing, grade and bore pit backfill Fifty and no/100 -- dollars(2,750.00)Each 2.750.00 19. One 2 thousand Each, Highway Crossings, 60 linear feet 6" casing, installed to grade and bore pit backfill One hundred Ninety and no/100------- dollars(1,190.OO)Each 2,380.00 20. 1 Each, Highway Crossing, 90 linear feet 2" PVC casing, installed to grade and bore pit backfill One thousand Four hundred Eighty-five and.no/100 dollars(1,485.00)Each 1,485.00 5-) - Item No. Estimated Description of Item and Unit Price Quantity Bid Total Amount 21. 9 Each, Highway installed to Crossings, 60 linear feet 2" PVC grade and bore pit backfill casing, One thousand and no/100--------------------- dollars(1,000.00)Each $ 9,000.00 22. 785 Linear Feet, 1" Copper Water Line, complete in place Twelve and no/100----------------------------- dollars( 12.00 )L.F. 9,420.00 23. 895 Linear Feet, 3/4" Copper Water Line, complete in place Eleven and 90/100 -------------------------- dollars( 11.90 )LF. . 10 650.50 > 24. 18 Each, Water Service Connections, complete in place Seventy and no/100----------------------- dollars( 70.00 )Each 1,260.00 25. 100 Each, Water Service Relocations, complete in place One hundred Fifty and no/100---------------- dollars(150,00 )Each 15,000.00 26. 31 Each, System Tie -In Connections, complete as specified Three hundred and no/100--------------------- dollars( 300.00)Each 9,300.00 27. 1,600 Tons, SB-2 Crushed Limestone Trench Backfill and Surface Repair, complete in place Eight and no/100---------------------------- 8.00 dollars( )Ton 12,800.00 28. 510 Tons, Cold -Mix Asphalt Surface Repair, complete in place Forty and no/100--------------------------- dollars( 40.00 )Ton 20,400.00 29. 200 Square Yards, Concrete Surface Repair, 5" thickness, (private property only), complete in place Ten and no/100— ------------------- dollars( 10.00 )S.y, 2,000.00 30. 48 Cubic Yards, Class B Concrete Encasement, complete in ' place Eighty 'and no/100---------------------------- 80.00 dollars( )C.Y. 5-4 3,840.00 L IF IT Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 31. 1 Each, Sewer Manhole, Complete in place Eight hundred Twenty-five and no/100---------- dollars(825.00 )Each $ 825.00 32. 1 Each, Highway Crossing (Highway 71 Bypass), 140 linear feet 20" Casing, as specified, complete in place 12, 320 .00 Twelve thousand Three hundred Twenty and no/100 -- dollars( / )Each 12,320.00 TOTAL, ITEMS 1 THROUGH 32 657,996.85 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 the Highway 71 Bypass crossing. 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 1. 12" Ductile Iron Water Pipe Reduce by 700 Linear Feet @ $ 18.66 per L.F. 6. . 12" Butterfly Valves Reduce by 2 Each @ $ 780.00 Each 11. Ductile Iron Fittings Reduce by 600 Pounds @ $ 2.38 per pound 32. Highway 71 Bypass Crossing, 140 L.F. 20" Casing Reduce by Lump Sum of $ 12,320.00 Total Deductive Alternate No. 1 TOTAL, ACCEPTING DEDUCTIVE ALTERNATE NO, 1 ------- 5-5 Total Reduction 13,062.00 1,560.00 1,428,00 12,320.00 $28,370.00 �:S�ZtfrlfS� Amounts of prices are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit,_ insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract and bonds attached as called for in the specifications within 10 days. The bid security attached in the sum of 5% of amount of b dollars ($ ) 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. Respectfully submitted, Kraus Construction Company Firm Name By /s/ Robert Kraus Title Owner Arkansas License No. 81-4512 (Seal, if bid is by corporation) 5-6 1 1 1 I 1 1 1 1 1 1 1 C O N T R A C T State of Arkansas ) County of Washington) THIS AGREEMENT, made and entered into this day of 1982, by and between the City of Fayetteville, Arkansas, Part of the First Part, hereinafter called the Owner, and Kraus Construction Company of the city of Fort Smith, 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 Farmington, Arkansas Highway Commission Job No. 4705, including all work for a complete installation as set out in plans and specifications Fy-92, 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 (Accepting Deductive Alternate No. 1): Six hundred twenty-nine thousand Six hundred Twenty-six and 85/100 dollars ($ 629,626.85 ), 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 eighty (180) calendar days thereafter. 6-1 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 I I I 1 I I I I 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 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 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. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. I Kraus Construction Company Firm Name I I I I [_] I C U I BY2 a_%—vlo— —� Witnesses (If corporation, Secretary shall attest) CITY OF FAYETTEVILLE, ARKANSAS Attest 2Ll C Mayor City Clerk 6-3 L I Bond #4478566 PERFORMANCE BOND KNOW L -MEN BY THESE PRESENTS: That we (1) Kraus Construction Company (2) an4ndividual d/b/a Kraus Construction Company "Principal" and of (3) Hartford Accident & Indemnity Company Hartford State of Connecticut hereinafter called hereinafter called the "Surety," are held and firmly bound unto (4) the City of Fayetteville, Arkansas , hereinafter called "Owner," in the penal sum of Six hundred twenty-nine thousand Six hundred Twenty-six and 85/100 ------------------- '------------------------- dollars ($ 629,626.85 ) 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 82 a copy of which is hereto attached and made a part hereof for the construction of: C I C I [1 C I n L Relocation and: Adjustment of Water and Sewer Facilities, Fayetteville, Arkansas, Plans No. Fy-92 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 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. I. 7-1 II I 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 82 ATTEST: (Principal) Secretary (SEAL) Witness as to Principal Address ATTEST: j��ureL '(SEAL) Secretary Kraus Construction Company Principal P. 0. Box 3104 Fort Smith, Arkansas 72913 Address • Hartford Accident $ Indemnity Company Surety By:, 1i!� / lA lifL Sam B. Hillef, Attorney -In -Fact s as to Surety P. 0. Box 3529, Fort Smith, Arkansas 72913 Address P. 0. Box 3529, Fort Smith, Arkansas 72913 Address NOTE: Date of bond must not be prior to date of contract. Correct name of Contractor. A Corporation, a Partnership, or an individual, as the case may be. Correct name of Surety. Correct name of Owner. If Contractor is a Partnership, all partners should execute bond. 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. 7-2 HARTFORD ACCIDENT AND INDEMNITY COMPANY Hamord, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD ACCIDENT AND INDEMNITY COM- PANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint P. G. BROWN;— GAYLON B. BROWN, SAM B. HILLER, LARRY R. CLARK, WILLIAM J. GREEN and VICCI L. AUSTIN of FORT SMITH, ARKANSAS its true and lawful Attomey(s)-in-Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate rapacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance poli- cies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipal- ities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY'at a meet- , ing duly called and held on the 10th day of February, 1943. ARTICLE IV SECTION S. The President or any Yice-President. acting with any Secretary or Assistant Secretary, Shall have power and authority to appoint, for purposes onry al executing and attesting bonds and urtenakings and carer writings obligatory in the nature thereof, one or more Resident Vice -Presidents. Resident Assistant Secretaries and Attorneys -in -Fact and at any note to remove any such Resident Vice -President. Resident Assis- tant Secretary. or Attorney -in -Fact, and revoke the power and authority given to him. SECTION 11. Attorneys, -Fact she have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon me Company as it signed by an Executive Officer and sealed and attested by one other of such Officers. (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEM- NITY COMPANY duly called and held on the 11th day of June, 1976: RESOLVED: Robert N. H. Senor, Assistant Vice -President and Thomas F. Delaney. Assistant Vice -President. shall each have as long as he holds such office the same power as any Vice -President under Sections 6, 7 and 8 of Article IV of the By -Laws of the Company. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on the 6th day of August. 1976. ' RESOLVED. That, whereas Robert N. H. Senor. Assistanl'Yare-President and Thomas F. Delaney. Assistant Vice -President. acting with any Secretary or Assistant Secretary, each have he power and authority, as long as he holds such office, to appoint by a power of attorney, far purposes on of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more Resident Vlce-Presi- dents. Assistant Secretaries and AttorneysimFaa: Now, therefore, the signatures of such Officers and me seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which ills attached. In Witness Whereof, the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be signed by its Assistant Vice -President. and its corporate seal to be hereto affixed, duly attested by its Secretary. this 9th day of August, 1976. Attest: ) HARTFORD ACCIDENT AND INDEMNITY COMPANY Mary SchaM1 Secemry U Thomas F. De%lanjeay STATE OF CONNECTICUT, Assistant vice-Presldetir 53. COUNTY OF HARTFORD, f On this 9th day of August. A.D. 1976, before me personally came Thomas F. Delaney, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut: that he is the Assistant Vice -President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of the said corporation; that the seal-afxed=to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Coorporation3ghd that he signed his name thereto by like order. STATE OF CONNECTICUT, ) a, F Gloriaazo eMtas. Notary Pubxc *��• of 77 SS. My Comtis nsion�Expires March 31. 1983': COUNTY OF HARTFORD, 1 CERTIFICATE :y � w sic, I, the undersigned, Assistant Secretary of the HARTFORD ACCIDENT AND INDEMNITY. COMPANY, a Connecti' cut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that Article IV, Sections 8 and 11, of the By -Laws of the Company, and the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. ...y9 Signed and sealed at the City of Hartford. Dated the day of � - Form S'35074 Primed in u.sA. John Lukens Asyslenr Secretary Bond #4478566 I PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) Kraus Construction Company (2) an individual d/b/a Kraus Construction Company hereinafter called ' "Principal" and (3) Hartford Accident F, Indemnity Company of Hartford ,State of Connecticut , hereinafter called the "Surety," are held and firmly bound unto the City of Fayetteville, Arkansas , hereinafter called "Owner," in the penal sum of Six hundred twenty - Li Li I I I I C1 I nine thousand Six hundred Twenty-six and 85/100 ----------------------------- dollars ($ 629,626.85 ) 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 82 a copy of which is hereto attached and made a part hereof for tie construction of: Relocation and Adjustment of Water and Sewer Facilities, Fayetteville, Arkansas, Plans No. Fy-92 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. 1 7-3 ' 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. I IT! I I U 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 ATTEST: (Principal) Secretary (SEAL) - Witness as to Principal Address ' ATTEST: Kraus Construction Company Principal By• P. 0. Box 3104 Fort Smith, Arkansas 72913 Address Hartford Accident g Indemnity Comnan Surety By •( i��i�/ /./.� he Attorney-in-Fadt Sam B. Hiller P. n. Box 3529 Fort Smith. Arkansas 72913 Address NOTE: Date of bond must not be prior to date of contract. (1) (2) (3) (4) (5) (6) Correct name of Contractor. A Corporation, a Partnership, or an individual, as the case may be. Correct name of Surety. Correct name of Owner. If Contractor is Partnership, all partners should execute bond. 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. 7-4 F HARTFORD ACCIDENT AND INDEMNITY COMPANY Hartford, Connececut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD ACCIDENT AND INDEMNITY COM- PANY, a corporation duty organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint P. G. BROWN, GAYLON B. BROWN, SAM B. HILLER, LARRY R. CLARK, WILLIAM J. GREEN and VICCI L. AUSTIN of - FORT SMITH, ARKANSAS its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance poli- cies; guaranteeing the performance of insurance contracts where surety bonds are accepted by stales and municipal- ities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY thereby as fully and to the' same extent as it such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Atiomey(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meet- ing duly called and held on the 10th day of February, 1943. ARTICLE IV SECTION 8. The President or any Vice -President, acting with any Secretary or Assistant Secretary. shot have power and authorily to appoint. far proposes only of executing and attesting bonds and undertakings and other writings obligatory in he nature thereof, one or more Resident Vice -Presidents. Resident Assistant Seaetanes and Attomeysin-Faro and at any time to remove any such Resident Vice -President„ Resident Assis- tam Secretary, or Afomey-n-Fact. and revoke the power and authority given to him. SECTION 11. Attorneys -in -Fact shall have power and authority, sublet to the terms and limitations of the power of attorney issued to them, to execute and deliver on behaff of the Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument exerted by any such Attorney -in -Fact shall be as binding upon the Company as it signed by an Execrtive Officer and sealed and attested by one other of such Officers. (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEM- NITY COMPANY duly called and held on the 11th day of June, 1976: RESOLVED: Robert N. H. Saner, Assistant Vice -President and Thomas F. Delaney, Assistant Vice -President, shall each have as long as he holds such office me same power as any Vice -President under Sections 6. 7 and 8 of Article IV of the By -Laws of the Company. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on the 6th day of August, 1976. RESOLVED, That, whereas Robert N. H. Saner, Assistant Vice -President end Thomas F. Delaney, Assistant Vice -President. acting with any Secretary or Assistant Secretary, each have the power and authority, as long as he holds such office, to appoint by a power of attorney, for purposes only of executing and attesting bonds and undertakings and ether writings obligatory in the nature thereof, one or more Resident Vice -Presi- dents, Assistant Secretaries and Attorneys -in -Fact: Now. therefore, the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shat be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. In Witness Whereof, the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be signed by its Assistant Vice -President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 9th day of August, 1976. Attest: HARTFORD ACCIDENT AND INDEMNITY COMPANY 1 � Z*wr C<Q4 Mary Schad. Secretary Thomas F. OeWnrry STATE OF CONNECTICUT. Assistant Vica-President ss. COUNTY OF HARTFORD, I On this 9th day of August. A.O. 1976, before me personally came Thomas F. Delaney, to me known. who being by me duly sworn, did depose and say: -that he resides in the County of Hartford. State of Connecticut: that he is the Assistant Vice -President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation: that the seal.aff.xed_to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said -corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT, �� Gloria,Maaolas, Notary Pubkc � `+.r ss. My Commi3sicb ,Expires March 31. 1983 COUNTY OF HARTFORD. CERTIFICATE ,w._y. I. the undersigned. Assistant Secretary of the HARTFORD ACCIDENT AND INDEMNITY CO1v1PANY, a Connecti', cut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in lull force and has not been revoked; and furthermore, that Article IV, Sections 8 and 11, of the By -Laws of the 'Company, and the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the day of mow `°T„39 � - 1' -Y o F,rm 8JS0>i RinMp in U.S.A. ) s/sta it WkeasE. Lukens Assistant Secretary I I I L [Ti I I U I GENERAL CONDITION S 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 Department 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. I I I I 11 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 I 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 sum 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 I T.D.H. - total dynamic head Rj V - volts' IA - 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. i3. 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 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. I. 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 ' 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 H General Conditions 8-3 I I 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 , L I L I I I I I and the execution of their work, and shall properly 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 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 o 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- ttra* sibility of the superintendent representing the Contractor to transmit all necessary orders.and instructions. - 15. AUTHORITY OF ENGINEER. Where specifically contracted for and authorizedY:.-.11, in the contract documents, the Engineer shall be the Owner's representative and 'b 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 - don 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 to 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. 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. 1 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 r-'q�cJ„ui.,xr is. ^.'. .�'�Yf_gaa_' I r: sy I I I I. I I I I 1 I I I I I I If any railroad, or other owner or owners,ofafany4�.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. 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, General Conditions 8-7 H 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 '. r1 7 M'..Te a tj i;J .iry�ap$kr:. l I I or operations of those engaged upon the work};rosrj affecting the materials supplied to or by them. He shall at all times observe and comply with all such ordinances, regulations and laws, and shall protect and indemnify the 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- ' 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. 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. I L I I I I 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. I General Conditions 8-9 L I 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 :!Vnt m'''ay. •y �' I I I I I I I if the Contractor fails toihaintain at nigh`t6xantyadequate 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- t 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 I. strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay IGeneral Conditions 8-11 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 I I Cl I I I I I I I I I I LI I I I I I L I I I I I LJ 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 or annulled in whole or in;par.t on. accountof -the 'fault of the Contractor to fulfill his obligations hereunder, then the Contractor shall not be entitled to 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 •LO;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. 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. . I General Conditions 8-13 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 I { �^ • Where part of the monies for,construction of,the.project is being obtained by grant or loan from Federal agencies, such` as -often is the case, the final ' estimate will not be certified until the project has been approved by the responsible Federal agency, and the final payment will not be made until the monies are received from such agency. Consequently, there is under such circumstances the possibility and likelihood of a delay in making said final ' payment in excess of the customary thirty days as is the case when the Owner has all necessary monies on hand. ' 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. I I H I I [1 I ' General Conditions I 8-15 G E N E R A L S P E C I F I C A T I O N S ' PIPE AND PIPE LAYING 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, labor and materials required to rearrange branch connections to main sewers, or to rearrange sewer, ' conduits, ducts, pipes or other structures in accordance with the contract drawings and stipulations included herein. ' 2. CAST IRON PIPE. Cast iron pipe, if used under this contract, shall conform to the following specifications. IA. 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 1 I 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. t 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. JLqin. Yarning or packing material shall consist of one of the fol - ing: moulded or tubular rubber rings; 2) asbestos rope; or 3).- 'eated paper rope. 1 of the above materials shall be handled wit re in order to prevent taminat ion and shall be dry when pu to place in the joints. The mate -far or greasy substances. This paragraph The yarning material sl not applicable. of of the pipe and shall be of proper dim. n the bell. When the spigot is shoved home, driven tightly against the inside b ur the nub of the oeii WtLn able yarning tools. When ingle strand of yarning material is used, it shall have an o ap ' he top of not more than 2 inches. When more than a single strand is Pipe 9-2 1 1 ., r red for a joint, each\strand shall*bex^cut to sufficient length St the ends 1 meet without causing overlap. The ends of the s s shall I. meet on opposi 'des of the pipe and not on the top or a bottom. Successive strands o ping material shall be n home separately. For lead joints and bell an of pipe, ace of not less than 2-1/4 inches in depth shall be left in t 1 in pipe having a nominal diameter of 20 inches or less; 2-1/2 ' ies in 24, 0and 36 inch pipe; and 3 inches in pipe larger than ches. \� ' Where�d enical or push -on joint pipe is specified, it shal n accor- -eiEe 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. • 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. 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 1 HI 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 1 and coated with coal-tar.enamel, beingeither A.W.W.A. Type A or Type B enamel as selected by the Contractor, subject to the approval of the I. Engineer. The coal -tar primer and enamel shall be equal to that manu- factured by the Barrett Company or the Koppers Company, Inc. I. 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. C. 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. I I L L L L 1 I I I I I 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. 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 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 9-5 Li 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 ' , 1 bell flange to fit branch fr.om,the•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. I. All fire hydrants shall receive two coats of shop paint. One coat of field paint shall be applied as specified by the Engineer. II I I fl I I I I C 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. C. 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 I 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 furnisheff 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 I I A. Width of Trench. The width of, the trenchshall 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. IC. 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 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. D. 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 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 Pipe 9-9 I 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 4 item, and its cost shall be included.in;theunit prices bid for the various items of construction'iisted7 The word "rock" wherever used as the name of an excavated material shall 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 I. 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 I. 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. L. 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 L 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. 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 ' 9-12 I.- 11. VALVES AND FITTINGS.eft; IA. 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. I Pipe 9-13 [1 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 450. 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 22-1/20 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 "' D. Metal Harness. Metal harness o to prevent movement maybe Used ' by the Engineer. Steel rods or rust -proof treated, or shall be Engineer. ' 14. TESTING. E tie rodsor.,clamps of adequate strength instead"'of concrete backing, as directed clamps shall be galvanized or otherwise painted as shown or directed by the 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.) 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. Pipe 9-15 C 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 Pipe 9-16 and lengths of the area_of pavement removed,for the installation of the gate valves, specials;s,manholes or other'stiuctures 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 ' 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 drilling or 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. C. 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 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. D. Cleaning Up. All surplus water main materials furnished by the Contractor I 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 ironplugor cap. H Pipe 9-17 I LEI 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 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 F Vn9 „t, r or branch line. If pipe is joined to fittings in place, then measurements shall be from the end of't6e!'f rstkpiece of"pipe¼laid. 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. I 1 1 I 1 Pipe 9-19 I I C I Li TI 'I I 2. GENERAL SPECIFICATIONS. The General Specifications which precede these I Detailed Specifications shall govern and control all work to which, in the opinion of the Engineer, they apply. Since these 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 con- ' tract. In case of conflict between General and Detailed Specifications, the Detailed Specifications shall govern. fl!I T A 1L.2 S P E C I F I C A T I O N S RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES FAYETTEVILLE, ARKANSAS Relative to Reconstruction of Highway 62 Highway 71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 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 furnish- ing of all materials, equipment, tools and supplies and the performing of all labor in the construction of work generally as follows: Approximately 17,500 linear feet of 12 inch water line, 600 linear feet of 8 inch water line, 1,600 linear feet of 6 inch water line, and 2,600 linear feet of 2 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. ' 3. COMPLETION DATE AND LIQUIDATED DAMAGES. The Contractor shall complete the work provided for in these specifications within one hundred eighty (180) calendar days from the effective date of the Notice to Proceed. Liquidated damages as 1 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. u I I 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 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. 17-1 I 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 I (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 t 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. 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, Ion 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. 17-2 8. SEQUENCE OF WORK. Construction will begin at the Highway 71 Bypass and proceed westward. Highway crossings will be made ahead of the pipe laying operation.. The 12 inch water line will be tested, flushed and sterilized in sections between line valves, and upon receiving approved water samples, system tie-ins and individual water meter relocations will be made. It is the inten- tion of these specifications that this project be essentially completed when the western limit is reached. When a satisfactory state of completion has been attained, the various work items will be released for payment on the monthly estimate for payment. All proposed work that is located between Highway 71 Bypass and Ozark Trail will be designated as Construction Phase No. 1. All work within these limits must be completed and in service within 90 days of the Notice to Proceed. 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 inconvenience to the user may be effected. Cooperation and coor- dination 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 requirement 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 be understood to mean that the thing referred to shall be proper, the equiv- alent of, or equal to some things, in the opinion or judgment of the Engineer. I I C I 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 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. Unless otherwise specified, all materials shall be the best of their respective kinds and shall in all cases be fully equal to approved samples. n 17-3 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. 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.. ' Asphalt and concrete surfaces will be sawed in neat straight lines to insure the least possible damage. Private advertising signs will be removed and stored ' 17-4 I in a safe place 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. 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, the 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 cannot 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. H I I I ' 17-5 L I I I I I I I I I I I 1 I 1 [1 v EtSY T I I E• I I F I I II i I ; I II : I i , • • . j "d II I' I a I I 'fl s i ' <..°yq) 1 1 - r V F i <i a III II `< N ii Ili I 1 I 1 JI I I I i I I 1 I I I II I' • I I I :1 . !!;'% II ' rr i , a <�.$ i T TI • I I• , a I i a �� T I S I ° o T ^• ^" ° •!off • U, Y• r [ a - . Y S Y - O J J• • J_ 1. -• C $ •IJJ s' i • d=Y o•f a : Y i _% a : . [ > EG: I b 3 • k J .- �iI •I l_ tT . v i II :UT i I - I '. I I III 6 I _ Y I (F E- i .S I• i T•' • I l . i E b a : 3 e I I •• --I U II �/ iar :: :''- � - III I ::: I :s3 C a- AIHa iei { II a•6'ybs?i I I ii I I. I '.1-r F:t• sc3 r_FFf� ` <Mi) I I I 17-5a I I E}�) �4�}� ) TLLs I I I - - 4- J 1 1 ' —Y II 's O e s 3 .. y .:.� tF I r N _ _ W �iF.es __ .w 0 In ry • n . • i ee 2.. rvn Y I V •• V J u e n V L 1( u�_ O l O V • V • V It, J L c 1.1=U 17-5b I II I I I I 19. MATERIALS OF CONSTRUCTION - WATER AND SEWER LINES. A. 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. If evidence appears that all provisions of the applicable AWWA Standards have not been 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. 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 mechani- cal or push -on type joints and shall be lined with one-half standard thickness cement mortar lining with a minimum wall thickness, Class 51. ' 2. 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 0.25 inch, or as indicated on the plans. 3. 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, pressure rating, ' and the letters NSF denoting National Sanitation Foundation approval. The pipe shall be suitable for 200 psi working pressure at a temperature ' of 730 F., and shall conform to the requirements of ASTM Standard Speci- fication D2241 with a standard dimension ratio SDR-21. Joints shall be the gasket type with integral bell. The pipe shall be Johns -Manville "Ring-Tite" pressure pipe meeting the above standards, or approved equal. ' 17-6 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 Sec-. tion 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 equipped with set screws. 5. The city of Fayetteville, where the work is to be done, has standard- ized 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 A2380-20, Class 200, cement lined, mechanical joint non -rising stem. 6. Al]. gate valves will be furnished with the necessary length of exten- sion 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 butterly 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. ' 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. 17-7 I. I: I I El I I I CSI I I I Li 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 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 to the National Standard Dimensions. The hydrants shall be designed for burial as indicated on the plans. 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. The hydrants shall be furnished with a 6 inch mechanical joint inlet with retainer glands equipped with set screws. Each hydrant connection 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. Ductile Iron Fittings (Mechanical Joint). All fittings used on water line construction, unless otherwise shown on the plans, shall be mechanical joint, Class 250, 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. Bedding material for polyvinyl chloride plastic pipe shall be crushed stone conform- ing to Arkansas Highway Specifications Section 506.2, Class 10. The maximum size of this bedding material shall be 1/2 inch. I 17-8 I not less than 3,000 psi within 28 days. All concrete shall have a 5 percent + 1 percent air entrainment added at the ready mix plant. ' J. Manholes and Manhole Steps. All manholes shall be constructed of standard brick, clay radial blocks, solid radial blocks, or cast -in -place concrete • manholes. Precast concretemanholes are not approved for use on this ' project. Manhole steps shall be 10 inches wide and constructed of either cast iron or steel reinforced fiberglass equal and similar in design to PermaSTEP Model 100-2, as manufactured by Utility Products, Inc. K. Tapping Saddles. Tapping saddles will be required on PVC water lines. Saddles shall be manufactured by Ford, or approved equal. ' L. Corporation Stops. The 3/4 inch corporation stops shall be as manufactured by Mueller, Mueller No. H15008 compression connection. M. Water Service Lines. Water service lines shall be Type K soft copper tubing. I;, 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; compression coupling, catalog No. C44-33. 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. 1. 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. ' • 17-9 Ii C II ii IL I II 1 1 1 1 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 boxes as manu- factured 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 boxes 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. R. Tapping Sleeves and Valves. Tapping sleeves shall be Mueller No. H-619 suitable for use on Class 200 AC pipe. Tapping valves shall be Mueller No. H-667. 17-10 WATER LINE CONSTRUCTION. General Line Construction. The work under this section consists of the con- struction of 12, 8, 6 and 2 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. Most of this work will be executed on highway right of way and other improved areas in which every consideration must be given to the rights and conven- ience of adjacent property owners. Prior to trench excavation, representatives of the Owner, the Contractor and the Engineer will walk the right of way to predetermine what shrubbery, flower beds, ornamental decorations, and shade trees will be destroyed or subjected to damage. Upon concurrence of the status of these items, the items which will be destroyed or damaged will be catalogued and 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 di expense of the Contractor. 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 approved equipment. All pipe will be bedded with select material trench, or crushed limestone rock, as herein This bedding will be thoroughly compacted by pneumatic equipment. The trench will not be Engineer's representative has confirmed that has been satisfactorily completed. taps will be made by gathered along t after specified. hand -operated backfilled until this portion of 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 water lines. 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 ' 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. IC. 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 3 inches, except that if the Contractor is required to install PVC pipe, then the water line shall be bedded in crushed limestone as specified, in Section 19-G of these Detailed Specifications. The bedding shall be placed from a.minimum thickness of 4 inches below the pipe and up to a point 4 inches above the pipe. The cost for such bedding 'shall be included in the price bid for PVC pipe, and additional payment shall not be made for pipe bedding material. For PVC 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 remaining 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. I. 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. 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. Parti- cular 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. 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 Proposal provides for an extra pay item for Class B. concrete. 17-12 1 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 tbe 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 coor- dinated 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 maximum pressure of 200 pounds. After the lines have been filled with water and all air removed, a pneumatic pump shall be I. used to bring the pressure at the lowest point on the test section to the required pressure. The tests shall be conducted in accordance with AWWA • Specification 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 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. '• 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. Is. 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. ' 17-13 I 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. 1 1 I I I I I I I ' 17-14 I 21. 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 encasement pipe of the length, type and size as shown at each location on the plans. In any event, the top of the encasement pipe shall not deviate more than 6 inches ' from the grade elevation established on the plans. The highway crossings must be made before installing the 12 inch transmission line at each site. { The highway must be kept open to traffic at all times. Consequently, the Con- tractor will be required to complete the crossing in such a manner as to maintain ' two lanes of traffic. Due to a limited amount of right of way, in most cases the maximum length of the ' bore pit will be 24 linear feet. The off burden from the excavation of the pit will be loaded in trucks and removed from the site as the pit is being dug. The bore pit will be fenced and barricaded to safeguard the general public. Sheeting and shoring will be used where required to maintain safe working conditions or Ito protect highway right of way. After the casing and the carrier pipe have been installed the excavation will be ' '3.11 to the springline of the pipe with SB-2 crushed limestone. The balance of the excavation will be backfilled with red clay and chert of the same grade and quality as used by the Arkansas State Highway Department in stabilizing the roadbed. It should be noted here that the cost of installing the above specified materials should be included in the lump sum price bid for each individual crossing. The minimum length of bore on any crossing shall be 32 feet. The remainder of the required length of casing may be installed in an open cut trench subject to the same excavation and backfill provisions specified for the bore pit. The I above does not apply to the Highway 71 Bypass crossing which must be bored the entire 140 feet in length. 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 workmen at all times. ' Since the return of the deposit required by the Arkansas Highway Department (the cost of which will be borne by the Owner) depends upon returning the roadbed to its original or better condition, the Contractor will be required to complete this item of construction to the satisfaction of the Highway Department. I 17-15 22. TRENCH BACKFILL. Backfill shall be in accordance with the General Speci- fications and the special provisions as set out as follows. IA. 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 consoli- dated. After the trench has been compacted, the stored topsoil shall be replaced to a minimum depth of 6 inches. C. Mowed or Cultivated Areas (Excluding Gardens). In these areas, the Contractor shall excavate the top 6 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 6 inches of the trench shall be replaced and left slightly rounded. It is the t intent of the specifications to replace the top 6 inches of the soil using the excavated topsoil regardless of the quality of the material. Only when the Contractor allows the material excavated from the top of the trench to become mixed with the remaining excavation will he be required to haul in ' additional material to replace the top 6 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. 1 I 17-16 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. 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. - Private Property Only. The trench shall be backfilled as set out under the Lawns, Gardens and Other Well ' Kept Areas portion of Section 22, Trench Backfill, of these Detailed Speci- fications. 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 (1) 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% Rye Grass (Annual) 30% Blue Grass 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 Section 22, Trench Backfill, of these Detailed Specifications. After the 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 shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials after basic construction 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. I 17-17 H 1 24. STREET CUTS AND REPAIRS. The plans show the locations of several water • lines which are to be located within the driving surface of city streets. The Contractor will be responsible for maintaining flagmen while working within or ' near city streets. In the event a closed street is required, the Contractor shall carefully 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 road- ways safe and comfortable to travel and to reduce the inconvenience and dis- comfort of adjacent residents as much as possible. I F I I I I I I H I I 17-18 I. I I I C C Lj I I I I I 1 25. ASPHALT AND CONCRETE CUT AND REPLACEMENT (OTHER THAN ON HIGHWAY RIGHT OF WAY). 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. 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 insure that future ditch settle- ment will not occur. Any such settlement 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 shall 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 5 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 3 inches of hot -mixed, cold -laid asphaltic concrete. 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. Certain street crossings are planned to be overlaid with new asphalt surfacing by the proposed highway construction. Trenches in these areas will be back - filled as directed with SB-2 crushed limestone material and compacted, and surface repair will be made as directed. 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. Cold -Mix Asphalt. Arkansas State Highway Department Specifications, Section 411, pages 195-198. 17-19 I I [I L I I [1 I 26. 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 this job and the payment of the Contractor in full will not reduce the continuing responsibility of the Contractor as set out in these specifications. 17-20 27. 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. ' Itens:lthrough 4 - Pipe • Payment for pipe shall be made at the unit price bid per linear foot for I 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 Proposal, 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 install- ing crushed limestone bedding required for PVC pipe. It should be noted that the cost for rock excavation is not measured and paid for separately for water line construction, but is to be included in the unit price bid for Items 1 through 4. • Item 5 - Tapping Sleeves and Valves ' Payment for tapping sleeves and valves shall be made at the unit price bid • for each sleeve and valve. The unit price includes the furnishing, the ' installation of tapping sleeve and valve along with valve boxes concrete reaction backing, valve box pad, and every other item required for a complete installation. , Items 6 through 9 - Valves (Butterfly and Gate) Payment for butterfly and gate valves shall be made at the unit prices bid for the various types and sizes of valves complete in place. The prices shall include valves, valve boxes, 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. Item 10 - 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 1 17-21 I ' extension, if required. Payment for the 6 inch connecting pipe will be made under the appropriate item provided in the Proposal. Item 11 - Ductile Iron Fittings Payment for 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 shall 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. Items 12 through 21, and Item 32 - State Highway Crossings Payment for each highway crossing will be made according to the lump sum ' price bid. The price bid shall include every item of construction required for a complete installation except the water or sewer pipe used, which will be measured and paid for according to the size of pipe used. The price bid shall include the cost of furnishing and installing encase- ment pipe of the length and size specified under each pay item, the .: excavation of the trench and bore pit, the compacted backfill using SB-2 and red clay and chert as specified, and every other item of work required • for a complete and acceptable installation that is not covered by other specific pay items. Items 22 and 23 - Water Service Lines Payment for copper water service pipe shall be made at the unit prices bid ' per linear foot, complete in place. Item 24 - Water Service Connections Payment for water service connections shall be made at the unit price bid for each connection to existing service lines that does not require meter ' relocation. The amount bid shall include the cost of furnishing and installing tapping saddles, corporation stops, and the necessary copper fittings to connect to the existing service line. Service pipe will be paid for under other pay items. ' Item 25 - Water Service Relocations ' Payment for water service relocations 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 PVC water lines, corporation stops, meter yokes, meter boxes, meter box covers, connection to yard service line and all other labor and materials as required. 17-22 Item 26 - 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 27 - Crushed Stone Trench Backfill Payment for crushed stone trench backfill material will be paid for in accordance with the unit price bid per ton. The material will be used as directed by the Engineer. Measurement shall be by delivery tickets ' i 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 12 through 21, and Item 32. Item 28 - Hot -Mixed Cold -Laid Asphalt Surface Cuts and Repairs Payment for hot -mixed cold -laid asphalt surface repair will be made in accordance with the unit price bid per ton. The price bid shall include furnishing all the necessary labor, equipment and materials to repair the • applicable surfaces as specified within the defined limits. Asphalt repair which is located on private property will be made at the Contractor's expense. Item 29 - 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 materials to repair concrete surfaces as specified within the defined limits. Concrete repair which is located on private property will be repaired at the Contractor's expense. Item 30 - Class B Concrete ' Payment for Class B concrete used for pipe encasement 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. Item 31 - Manhole A standard depth manhole 1 to 6 feet shall be paid for at the unit price 'bid under Item 31 of the Proposal. Payment shall be full compensation for every item of construction required for a complete installation. 17-23 Contractors are hereby advised that the above described items of work will be released for payment on the monthly estimates only after a satisfactory state of completion as herein specified has been attained. Ten percent retainage will be withheld (materials stored excluded) until the completion of the project. 17-24 ..tv a.;z �y 'a- a 1 r Z W I- Q q Q Z O ,Q '0 O J W of I Z 1 O CV co coo, W W q � q Cam! :— N -u_i- 1 O 0 w a co i- y z q q H O W rn O U A 1. W Pal — Z J Q P U N Q J LL_ N I.� :.O LLJ n - O W U) q q Z — Q M 1"Y LU Z 1 W W .F F 1 Q w EL 3 O SURETY DEPARTIIfIENT BOND NO. HARTFORD ACCIDENT AND INDEMNITY COMPANY Hartford Plaza Hartford, Connecticut 06115 (A Stock Company) BID BOND Know All Men By These Presents, That we, Kraus Construction Company as Principal, hereinafter called the Principal, and the HARTFORD ACCIDENT AND INDEMNITY COMPANY, a corporation created and existing under the laws of the State of Connecticut, whose principal office is in Hartford, Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, Arkansas as Obligee, hereinafter called the Obligee, in the sum of --Five Percent (5%) Total Amount Bid Dollars (S ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted Facilities, Fayetteville, from Highway 71 Bypass to in accordance with plans Inc.. a bid for Relocation and Adjustment of Water and Sewer Arkansas Relative to Reconstruction of Highway 62 Farmington, Arkansas Highway Commission Job No. 4705, Ind specifications prepared McGoodwin, Williams & Yates, .. Now, Therefore, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 22nd __ .S_ Signed and sealed this ......_................_._..._.................''f::...day of.........._...._..................April......................A. D. 19..82.... Kr ction Com SEAL ...........:............ p .. .. ( ) O �`�kt Cr�s (Principal) (If Indivi ual) EAL) Robert Kraus, Owner (Title) Attest.......................................................................................................................................................................... (SEAL) (If Corporation) ............................................................................ (SEAL) HARTFORD ACCI NT AND INDEMN7ITY OBI• ANY ... .. ................... a' Attest..Y.K.......k.... ui%i .. :....k.. B .. .oAttorney-ln-Fact� .......,. (SEAL) (TiSam . Hiller the) _ (Approved by The American Institute of Architects, �� ^ ti A. I. A. Document No. A-310, Feb., 1970 Edition) Form S-3266-3 Printed in U.S.A. 12-70 - A HARTFORD ACCIDENT AND INDEMNITY COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD ACCIDENT AND INDEMNITY COM- PANY, a corporation duly organized under the laws of the State of Connecticut. and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint P. G. BROWN, GAYLON B- BROWN, SAM B. HILLER, LARRY R. CLARK, WILLIAM J. GREEN and VICCI L. AUSTIN of FORT SMITH, ARKANSAS its true and lawful Attomey(s)-in-Fact, with lull power and authority to each of said Attorney(s)-in-Fad. in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance poli- cies; guaranteeing the performance of Insurance contracts where surety bonds are. accepted by states and municipal- ities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, 'N. and to bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meet- ing duly called and held on the 101h day of February, 1943. - ARTICLE IV SECTION 8. The President or any Vice -President, acting with any Secretary or Assistant Secretary, shall have power and authority to appoint. lot purposes only of executing and attesting bonds and undedalungs and other writings obigatory in the nature thereof, one or more Resident Vice -Presidents. Resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice -President. Resident Assis- tant Secretary, or Attorney -In -Fact, and revoke the power and authority given to him. SECTION II. Attonpys-n-Fact shall have power and authority. subject to the terms and limitations 01 me power of attorney issued to them, to execute and deliver on behalf of me Company and to attach the seal of the Company thereto any and at bonds and undertakings. and other writings obNgatory in me nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the company as if signed by an Executive Ollicer and sealed and attested by one other of such Officers. (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEM- NITY COMPANY duly called and held on the 11th day of June, 1976: RESOLVED: Robert N. H. Senor, Assistant Vice -President and Thomas F. Delaney. Assistant Vice -President than each have as long as he holds such office the same power as any Vim -President under Sections 6, 7 and 8 of Article IV of the By -Laws of the Company. This power of attorney is signed and seated by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on the 6th day of August, 1976. RESOLVED, That, whereas Robert N. H. Senor. Assistant Vice -President and Thomas F. Delaney, Assistant Vice -President, acting with any Secretary or Assistant Secretary, each have the power end authority, as long as he holds such office, to appoint by a power of attorney. for purposes only of executing end attesting bonds and undertaldngs and other writings obligatory in the nature thereof, one or more Resident Vice -Presi- dents, Assistant Secretaries and Attorneys -in -Fact: Now, therefore, the signatures of such Officers and the seal 01 the Company may be affixed to any such power of attorney or to any cedillcate relating thereto by tarsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and —.! bmdna upon me Company ant any such power so executed and candied by facsimile signatures and facsimile seal men be void and binding upon, `r the Company in the future with respect to any bond or undertaking to which it is attached. In Witness Whereof, the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be signed by its Assistant Vice -President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 9th day of August, 1976. Attest: HARTFORD ACCIDENT AND INDEMNITY COMPANY ' .,... d ',/'/� Mary t- d, secreterY peas F, petane/lei !/ STATE OF CONNECTICUT, Assistant vice -President ss. COUNTY OF HARTFORD, J On this 9th day of August, A.D. 1976, before me personally came Thomas F. Delaney, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut: that he is the Assistant Vice -President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said corporation and.that he signed his name thereto by like order. STATE OF CONNECTICUT, —' Gloria Mazo xpires raryTh 31, ss. My Commssion Expitpi Mer'ch 31, 1983 COUNTY OF HARTFORD, ) CERTIFICATE >>=^ . I, the undersigned, Assistant Secretary of the HARTFORD ACCIDENT AND INDEMNITY COMPANY4a Connecti- cut Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remeins,i -full force 7, and has not been revoked: and furthermore, that Article IV, Sections 8 and 11, of the By -Laws of theCompany,and the i Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. -^,v Signed and sealed at the City of Hartford. Dated the 22nd day of April -y t Form SJeo)-9 Rinroe In U SA . . _ t. ~ '—�•��John ErLukens ^ As5istenr Secfetary U L. 1 I I I 5.. PROPOSAL RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 From Highway 71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 To the Board of Directors City of Fayetteville Fayetteville, Arkansas 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. He 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 eighty (180) calendar days from the date of the issuance of the Notice to Proceed, for the following prices. Item Estimated Total Description of Item and Unit Price Bid I No. Quantity Amount 1. 17,500 Linear Feet, 12" Ductile Iron Pipe Water Line, Class 51, complete in place 6 6 66 00 ' �6 e.. % dollars( IS ' )L.F. $ 3a.6 556 V (Dollar amount written in words) (In figures) (In figures) I 2. 600 Linear Feet, 8" Ductile Iron Pipe Water Line, Class 51, ✓' complete in place 7 — J Z O Q dollars( J S )L.F. 9 ' Y3a ' 5-1 I I I I Item Estimated No. Quantity Description of Item and Unit Price Bid Total Amount 3. 1,800 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, complete in place y 12. �`ESso(t �J d /0fl dollars( 1-{ )L.F. $ a5, 570 4. 2,585 Linear Feet, 2" PVC Water Pipe, Class 200, complete with SB-2 bedding in place 3S 31 dollars( 10 )L.F. X6651 5. 2 Each, 8" x 6" Tapping Sleeves and Valves, complete in place Tw11.e N, L) ,, dollars( 1'd?O 6. 9 Each, 12" Butterfly Valves, Mechanical Joint, complete in place 0" 00 % ik,,1ct-L- dollars( 'WD )Each O 0 7. 3 Each, 8" Gate Valves, Mechanical Joint, complete in place dollars o, 00 i )Each 1 1 8. 31 Each, 6" Gate Valves, Mechanical Joint, complete in place �str� K1^ ,dA S dollars( �%d )Each $F 3`76 9. 8 Each, 2-1/4" Gate Valves, Mechanical, with transition glands as required, complete in place ((1.� - W u.4l aa4 ALIt 0 _ 0 ,� dollars( %)%- 10. 20 Each, Fire Hydrant Installations, complete with barrel extensions if required and auxiliary gate valve, complete in place pp A 00 dollars( 1100 )Each a�-000QO ./ 11. 20,400 Pounds, Ductile Iron Fittings, including reaction av backing, complete in place ____________ rc.M unc� ioo dollars( 5-2 48552° I I I I I I I I I 11 I I L1 Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 12. 2 Each, Highway Crossings, 80 linear feet 18" casing installed to grade ,and bore pit backfill QAA\Ix,,J dollars( 9550 )Each 00 $ j504 13. 1 Each, Highway Crossing, 70 linearfeet 18" casing, installed to grade and bore pit backfill �� (7 rt. w_Lx,) � dollars( 9l%fu✓ )Each 111 Ld 14. 1 Each, Highway Crossing, 60 linear Feet 18" casing installed to grade and bore pit backfill A4=4 fJu., ,,A �� $ll{ iars( 3$6.50✓)Each 3545�� 15. 2 Each, Highway Crossings, 80 linear feet 16" casing, installed to grade and bore pit backfill 7 , 0� -Pn',.e dollars( ��,;iS )Each W y5(1 16. 9 Each, Highway Crossings, 70 linear feet 16" casing, installed to grade and bore pit backfill US- 6o Se.-^ dollars( 3'jdd )Each 33300 17. 2 Each, Highway Crossings, 60 linear feet 16" casing, installed to grade and bore pit backfill ✓ dollars( 3170 )Each y6 3 p _ 18. 1 Each, Highway Crossing, 52 linear feet 16" casing, installed to grade and bore pit backfill t70 /u k1Sw_., u.,..,,,/ /c&1 dollars( !75O )Each a7$0 19, 2 Each, Highway Crossings, 60 linear feet 6" casing, 7" installed to grade and bore pit backfill 0 dollars( I\CHI )Each 123_0' 20. .1 Each, Highway Crossing, 90 linear feet 2" PVC casing, / installed to grade and bore pit backfill 1 00 6d Uw.,Cc,' ,! y F -the dollars( 1495 )Each IyQs 5-3 1 c 1 • Item Estimated Description of Item and Unit Price Total Bid ' No. Quantity Amount 21. 9 Each, Highway Crossings, 60 linear feet 2" PVC casing, installed to grade and bore pit backfill •I. OF (2 7i,.1 dollars( f p00 )Each $ 0!600 ' 22. 785 Linear Feet, 1" Copper Water Line, complete in place ✓ �Wt�tr-c dollars( }} )L.F. "lyaO_J 23. 895 Linear Feet, 3/4" Copper Water Line, complete in place g'0 ' dollars( }15� )L.F. JD 24. 18 Each, Water Service Connections, complete in place '• 0 (3C b�- dollars( ~/() )Each 25. 100 Each, Water Service Relocations, complete in place 4° G c0aj≥ ; dollars( } S0 )Each. _____ _____ 26. 31 Each, System Tie -In Connections, complete as specified . dollars( 300 )Each ' 27. 1,600 Tons, SB-2 Crushed Limestone Trench Backfill and Surface Repair, complete in place• • 0 0 06 dollars( - )Ton Sao' 28. 510 Tons, Cold -Mix Asphalt Surface Repair, complete in place ✓ 00 - dollars( ''{p )Ton �y6�1 ' 29. 200 Square Yards, Concrete Surface Repair, 5" thickness, (private property only), complete in place 06 0� ' % • dollars( P U ✓ )S.Y. 000 30. 48 Cubic Yards, Class B Concrete Encasement, complete in ' place Qo �a dollars( ?t )C.Y. _ ' 5-4 Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 31. 1 Each, Sewer Manhole, Complete in place � ,�!1 I. I�u � ,.il— r. L,H dollars(t5 Sio15' )Each $ SlS 32. 1 Each, Highway Crossing (Highway 71 Bypass), 140 linear feet 20" Casing, as specified, complete in place �� rrQe_ a uup ,e /��L&J21,i� ft ADf C -r) ii..J dollars( \'),3j a)Each ja 310 TOTAL, ITEMS 1 THROUGH 32$ ie-7T-7TH ------------------------------ ��� 99� ass Qiz bEDUCTIVE ALTERNATE N0. 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. I H LI I I I I I This Deductive Alternate eliminates the Highway 71 Bypass crossing. 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 1. 12" Ductile Iron Water Pipe �p Reduce by 700 Linear Feet @ $� per L.F. 6. 12" Butterfly Valves 0" Reduce by 2 Each @ $ O Each 11. Ductile Iron Fittings Reduce'by 600 Pounds @ $ per pound 32. Highway 71 Bypass Crossing, 140 L.F. 20',,Casing Reduce by Lump Sum of $ 1213&0 Total Deductive Alternate No. 1 ----------- TOTAL, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 -------- Total Reduction $ X8,370 $ 5-5 Y I I I I I I I I I I I I I H 11 [I Amounts of prices are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. 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 y u_� o)r* L,,¼.d 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 speci Arkansas License No. 4W' y ____ Respectfully submitted, Firm Name IIIBy Title 5-6 (Seal, if bid is by corporation) P R O P O S A L RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 From Highway 71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 To the Board of Directors City of Fayetteville Fayetteville, Arkansas 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. He 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 eighty (180) calendar days from the date of the issuance of the Notice to Proceed, for the following prices. II I I Item Estimated No. Ouantitv Description of Item and Unit Price Bid 1. 17,500 Linear Feet, 12" Ductile Iron Pipe Water Line, Class 51, Iron Pipe Water Line, Class 51, 2. 600 Linear Feet, 8" Duct complete in place I 11 5-1 1/O Total Amount Ii Item Estimated Description of Item and Unit Price Bid No. Quantity 3. 1,800 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, 1/co}mpplete in place dollars( i ) 4. 2,585 Linear Feet, 2" PVC Water Pipe, Class 200, complete with SB-2 bedding in plat ollars( )L.F. 5 6. 2 Each, " x 6" Tapping�7Sleeves and Valves, complete in Dla e // 9 Total Amount JAI h, 12" Butterfly Valves, Mechanical Joint, complete place / dollars( A) Each 7. 3 Each, 8" Gate Valves, Mechanical Joint, complete in place /// L Yj0 <7 dollars 6' /)Each 8. 31 Each, 6" Gate Valves, Mechanical Joint, complete in 9 10 place D e .emu C> y/ d�3ollars c 9�� ) Each 1 �� 8 Ea h, 2-1/4" Gate Valves, Mechanical, with transition g nds as requi d, c mplete in place as ``, dollars ( % 7% )Each /= 20 Each, Fire Hydrant Installations, complete with barrel extensions if required and auxiliary gate valve, complete in place 11. 20,400 Pounds, Ductile Iron Fittings, including reaction backing, complet in place ///J•L 2 i' S /O bars( 5-2 040 0600 1 I 1 1 1 1 1 1 I. ..' .1 1 1 1 1 Item Estimated Total Description of Item and Unit Price Bid No. Quantity Amount . 12. 2 Each, Highway Crossings, 80,linear feet 18" casing installed to grade and bore pit backfill o e °e ')Each $1 i 13. 1 Each, Highway Crossing, 70 linear feet 18" casing, installed to grade and bore pit ba kfill dollars( 5 D Each 14. 1 Each, Highway Crossing, 60 linear Feet 18" casing installed to grade and bore it backfill fiyi'Je24ccat_tv2t2o-v (4#,q7 ee Od dollars Each pp 15. 2, Each, Highway Crossings, 80 linear feet 16" casing; installed to grade and bore pit backfill dollars( a,5 )Each 16. 9 Each, Highway Crossings, 70 linear feet 16" casing, installed and bore p't backfill o� o O ifs dollars (7/DD )Each f OO 17. 2 Each, Highway Crossings, 60 linear feet 16" casing, installed to grade and bore pt backfill o°00 dollars O ach 18. 1 Each, Highway Crossing, 52 linear feet 16" casing, in talled to grade d bore p"t backfill 00 ifiicZ dollars Soo Each �S(//i 19. 19. 2- Each, Highway Crossings, 60 t�Dinstalled to grade and ore 61�Or�/L� 20. 1 Each, Highway Crossing, 90 installed to grade and bore L LLB ale �Le linear feet 6" casing, Lzdollars(.�e.�qe ll 0 )Each Q o linear feet 2" PVC casing, pit ba kfill 0 dollars(a?J )Each �Sp 5-3 Item Estimated Total Description of Item and Unit Price Bid No. Quantity Amount 21. 9 Each, Highway Crossings, 60 linear. feet 2" PVC casing, installed to grade and bor •pit backfill dollars(a/�/��)Each $ fl 22. 785 Linear Feet, 1" CopDer Water Line, complete in place 9D �—/ 0 /DO dollars( / i )L. F. o % 23. 895 Linear Feet, 3/4" Copper Water Line, complete in place �/Yc O O�ollars( f )L.F. % 24, 18 Each, Water Service Connections, complete in place _-�_-- 0 toe' � dollars( 2q )Each 7p 25. 100 Each, W ter Service Relocdtions, complete in place O dollars ( fo J) Each //p 26, 3 Each, Sys em Tie -In Con ections, complete as s,,L,,pecified. dollars( ")Each __T___ 27. 1,600 Tons, SB-2 Crushed Limestone Trench Backfill and Surface Repair complete in place - Re dollars( // )Ton /?4o 28, 510 Tons Cold -Mix Asphalt Surface Repair, complete in place dollars( )Ton ________ 29. 200 Squaze Yards, Concrete Surface Repair, 5" thickness, (pri to property only), complete in place O° / dollars( 1 - )S.Y. 30. 48 Cubic Yards, Class B Concrete Encasement, complete in place Il�c.tJ° edollars( �/ OO 5-4 Item Estimated Description of Item and Unit Price Bid Total No. Quantity__ Amount 31. 1 E ch, Sewer Manhole, Complete in place 0 p� mo dollars(()Each $ 32. 1 Each, Highway Crossing (Highway 71 Bypass), 140 linear feet 20" C ing, as s ecified, complete in place dollars (/f/7. Each D / TOTAL, ITEMS 1 THROUGH 32 $ `^.7o _C I 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 the Highway 71 Bypass crossing. 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 1. 12" Ductile Iron Water Pipe Reduce by 700 Linear Feet @ $ per L.F. $ 6. 12" Butterfly Valves Reduce by 2 Each @ $ Each 11. Ductile Iron Fittings Reduce by 600 Pounds @ $ per pound 32. Highway 71 Bypass Crossing, 140 L.F. 20" Casing Reduce by Lump Sum of $ Total Deductive Alternate No. 1 ------------------ $ TOTAL, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 5-5 I I I I I I I I I Amounts of prices are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. 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 / dollars ($__C_) 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 tand such addenda are at I I I I to the specifications. Respectfully submitted Firm Name By Title Arkansas License No. (Seal, if bid is by corporation) e't_V � Y �r✓� 1 f�4 = J tv. e_-. -�.-.,' !fur ^ •i. ?- t 5-6 Ip MICROFlt,MEQ ttocurr�ea k�, UNITED STATES FIDEL1W ARANTY COMPANY C '� I (8fl eti S'' y 1 an ) BID BOND BONDNUMBER........................................................................................ 11 KNOW ALL MEN BY THESE PRESENTS: Jerry D. Sweetser Inc. ..,:, THAT ......................................................................f.................................................................................................................................................... J2 Fa etteville= : .................................................................................................................... of.............Y..................................i..._AR................................................... •r"" tq .... ......................................................................................................................................................... as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto........_C_it}? 0f,.,Fd.e.... Arkansas .vvvvv................ u..................... •.......uvu..vevvvvv:vvv.........................•.uvvvvvv..............................•...vuv:•vvvvvvvv...........•..0 vv.•vvu•ve:•vvvv 4iv Five Percent of Bid (5% of bid asObligee, rn the full and lust sum of.......................................................................................................................................................................... ib ...... Dollars, j lawful money of the• United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, f,Y, administrators, successors and assigns, jointly and severally, firmly by these presents. £! v'- �ISzi WHEREAS, the said Principal is herewith submitting its proposal for furnishing all labor and materi Y "7 for the construction of relocation & adjustment of water & sewer facilities relative to reconstruction of Highway 62 from Highway 71 bypass to Farmington, AR, Highway: Commission job #4705, in accordance with plans and specifications prepared by McGoodwin, Williams & yateslg Engineers. THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of a the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work a� ( 1 t tr if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. • t� g _ Aril 22 1982 Si ned; sealed and delivered.........P.... ...r ..................... ,..>. 2SLL _ o- v#'--. ........_...... ...... .. .....................(SEAR ; _...........:.....=..... 0.................... Secretary esiden, U` :. UNITED STATES FIDELITY AND GUARANTY COMPANY - A P. Eason, Jr attorney �nf .` , . v .. .(?t ^'4 �'C] n .. vY—" Ti S ,. V•----q>-�..,. . , ..y-.. ,rq.+.:..--1T, TF',""�'(!'cv. 1 4:^i..tt\i�r....lti lit...li\v',ta W .,_, 1�^•lLt:;�j'�f1r-,.\\,1.,.. :'sl\^°".i.�:[ll I17; te,. r, -:..x lU,lr....:d1L'.�,l.a b: /`r'_�1-tlC^!�/)<'�,�:r't+:jt�^elii::flu!Nn:atil q,::V.x f{ t 4. l � i t •, f t (it 1 1, ! _: -w Contract 11 (Revised) 41-74) " COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and anti ority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact. or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings_, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board. body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken. given, tendered, accepted, filed or recorded for the security or protection of. by or for any person or persons. corporation, body, ofce, interest, municipality or other association or organization whatsoever, in any and all capacities whatsover. conditioned for the doing or not doing of. anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, T. Hartley Marshall . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to A. P. Eason, Jr. of Fayetteville, Arkansas . authorizing and empowering him to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. _And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the said Company, duly called and held at the office of the Company in the City of Baltimore, no the 11th day of nesting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said ale thereof as recorded in the minutes of said meeting. Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY (Date) April 22, 1982 .............................................................. Assistant Secretary. ^.•• .961 £ S3 AV) aaoWTi7V8 fo una) iouadn ayi /0 yi2)J ................................................ (pout) ' S) ('Itl35) asnoj; •}; 1Jagc2; I L 61 '0 'V SEj jo Atp 91.41 pioaay jo uno) r Putaq awes ayl 'A11) aaownjug jo uno) louadnc ayi jo laac aq i xgju pue puey Aw ias wuaq I '/O?JJtj j Auowpsa,L v1 •atnitugi; outnuaS sill aq of amituPlc Pill anagaq Ajlian puu'.(xsloN plus PHI to Pu!uxnpueq a41 unM palu?enbor we I it41 Ajluaa xaqunj 1 vpjayt papioaai aq 01 cpaap jo jooid ao 'sluamBpalMowtae allel put sgito ialsiurwpe 01 Mej Aq pazpoyme per wont put pauolssiwwoa hp 'uown[eg jo AID 3131 ioj put w -pue1Aie19 To PTAs 941 To 3!q AIetoN a Pump os jo amp aq1 It stM aweu ei4 pagpasgns olaiagl cell oyh put •apew Plata uuepgje paxauue 341 in04M uojaq 'annbs3 - 11n%- • r ieyi Ajtuaa Agaxaq op Itac a ceq put •pxoaall it 1mo) t s! jmo) gaign'A;rD uownjeg jo uno) zouadnS ayi ;o >l13[)asno9 .H ;Jaq 0I; .1 •ias 'AID31I01V111V8 UKV'IAIIVIY 30 3IV.LS ?32 god AIVIOAr ...............................4................6.6..6 i1nV .r 1JagaaH (PeuS;5) ('IYns ) ... IL.. 61 •0 •V 'AInf U! Lep jug ayi satdxa uwsslwwoa Ap3 •Auedwo) 3131 jo 'Ajanuaadsu 'AleluaaS furlstcsV- put juap?sud•301& ae iapio a,Iq Lq olantp saweu nays pau2[s Aaq; ieyi put 'uoU •eiodioa p!Ts jo uolaan0 jo pieog 0142 jo iapio Aq paxg oc TIM i! ieili '(eas atuodioa gone arm Aawnl;Y JO IaMPd Plus o1 paxgjt Itas Pyi imp ruouexodxoo plus jo teas pill Maui! gaea £a41 imp !AawwlY jo 1aMod ButoSaoj PHI palnaaxa gaigM put It paquasap uoliend •10a ails 'ANVdIVO) AINYHVRO 0NV A11130Id S31VIS 0311N.'1 Pies ayi jo Axeiazaas turisissy Pill put luaplsud-3)!A PHI Llutjaadeu azaM p.ieA TH • 'ti+ pus auoo4 •1 SaJEypins a41 '.(aq, ley] 'pueiA1tK •uounileg jo Ljt) PHI u! pap!su Lagi ieyi pies 'wows Alop Alluaeac am Aq 8ujaq o4M •patuttnbae Atteuouad we I woqm It gioq yllM 'Auedwo) plus jo Lirialaag lutis %V 4 P.It J H • o • At PUT ANYdhO) A.LNVHY70 (NV A1I.130L3 S31V.LS 03.LIN;1341 joivaptsad-a0!A' autiou 111 sa1.1Et;) awe3 Aneuouad am amjaq ' j, j '0 "V ' .CEj.; It Atp 114LI still U0 cs 5 'nu 311011;illva '0NVnABYIV 30 3.LVIS Aiusaaa$ augflnj' .......... 4444 ... .. .. ... .. ............ pe13U 19 .h1...., (peu2FS) vajncud2314 ..................... au0oI h',saj:iizil�t3 (PeUS1S) 'ANVdINO) AINVIIYO) 0NV A.LPI3UI3 S31VJS 031JN0 IL 61 •0 •Y ' �Ei� jo Aup q;L1 slgi 'AnlaiaaS juuls!SSV Put luapisud-aa'A s1! Jo samltuels aql Aq passant Alnp 'tea; alvodxoa sit q1?M pastas aq of tuPeinilcur 9!41 pamea 9e4 ANVdWO) AINYN VII`J (NV AZI730I3 S31V.LS 0311NI1 PIus P41 '/°11M ssa"L1I Of -sluasud asagi jo anus Aq samnud ayi u! op Ajjnjnel Law •Jr 'uose3 •d •Y Pies ayl ianaos1PgA pun III suuguoa pus sag.iu Agaaq 'uojaanJ It ptog all 'cn gSnw41 'ANYdINO) AINVEVII`J 0!.n' .11113014 S31VSS 031INR Plus ayj pUT :Aawo11Y l0 £anod Sly j0 tied t apew put paxauue oiaay si yalyM jo Adoa pagluaa e •AN VdKO) AINYBVI19 CINY A.LPI30L3 S31Y1S 031INfl Plus P41 30 u023310 jo pisog a41 jo uolmjosu 341 IT quo; 1as c idyl put ajar Ile Pug Any miojiad pro op Alannaadsu of pus •spuoq Ile pup Aug GBpalsoullae put (tas 'alnaaxa oT put •ol Along so aweu all vets o1 :1!M of 'sasodmd eu!Monoj ayl Jo) Susu"JY jo PUTTS PHI 201 put It Aawoile Injnej put awl c1! S esu CSIJY l0 a1*iS' aj I IAa'ygaXCE3 jo Al.) 314130 •Jr 'uose3 •d •V iutoddr put aininsuoa Agaaq saop 'putj.Unj jo aiejs Pqi ut 'uownjug jo All) 2131 1r aaglo jedpuud all essay pus 'puej A1IJA jo Plus$ ayj jo cAel PHI xapun eupslxa put panueeto uopeiodaoa t 'ANVd1N0) AIKV)IV09 0NV AII730Ld S31Y1S 03IIN?1 1t41 :t,uasaid asays -Aq ual4 III m0u}j ........................0 .JbIo H MOD 431ALL1I37 I I I H P R O P O S A L RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 From Highway 71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 To the Board of Directors City of Fayetteville Fayetteville, Arkansas 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. He 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 eighty (180) calendar days from the date of the issuance of the Notice to Proceed, for the following prices. Item Estimated Description of Item and Unit Price Bid Total ' No. Quantity Amount 1. 17,500 Linear Feet, 12" Ductile Iron Pipe Water Line, Class 51, complete in place ' dollars( /6.6�' )L:F. S .29/72J (Dollar amount written in words) (In figures) (In figures) ' 2. 600 Linear Feet, 8" Ductile Iron Pipe Water Line, Class 51, complete in place dollars( /2.40 )L.F. % y ____ ' 5-1 I I Item Estimated Description of Item and Unit Price Bid No. Quantity 3. 1,800 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, complete in place n,, r q, 7/ , 4. 2,585 Linear Feet, 2" PVC Water Pipe, Class 200, complete with SB-2 beddin in place dollars( 7. 74 )L Total Amount $ /7, 4178.= /z, 30y 6O I 5. 2 Each, 8" x 6" Tapping Sleeves and Valves, complete '// in place J�v i/ 1dyNDe &D Q ery % 4,eEE t 3 I ,V // /yd's, dollars(773,3 Each ' I 6. 9 Each, 12" Butterfly Valves, Mechanical Joint, complete /in place E,'cgT,/v4JD/cEO SEV ) t �7'°t.dollars(f67, OO)Each 7, 263, Co 7. 3 Each, 8" Gate Valves, Mechanical Joint, complete in place � nn ///� SIX oND2Eo E ["oa dollars( Z40 OD)Each /,860.00 8. 31 Each, 6" Gate Valves, Mechanical Joint, complete in place //2✓L[L /jUsJjy!cab racy d ,60dollars(;co,OO)Each ��i0lC7�04 9. 8 E Each, 2-1/4" Gate Valves, Mechanical, with transition glands as required, complete in place kA/D2E0 7Wi,e.ry ,C>j/5 Ede d ays(/3S• 00 )Each /oY0. OO 10. 20 Each, Fire Hydrant Installations, complete with barrel extensions if required and auxiliary gate valve, complete iinnj/place �— &L T� 154,r/D IEEE 7cry f0Xdollars(/ 3$ ' a 11. 20,400 Pounds, Ductile Iron Fittings, including reaction backing, complete in place dollars( 5-2 Each _2Z 0m, oc I 1 1 1 1 Item Estimated Description of Item and Unit Price Bid No. Quantity 12. 2 Each, Highway Crossings, 80 linear feet 18" casing installed to grade and bore pit backfill p h1mJ1- .s /J A&> �s>�T ��,dDe£-A ° ° Ljdol Tara ( %. 004 13. 1 Each, Highway Crossing, 70 linear feet 18" casing, installed to grade and bore pit backfill /�s/T✓ S$. 'sJ k1t)nJMED /in -v iO 0I' 11 a r s ( t 75b 14. 1 Each, Highway Crossing, 60 linear Feet 18" casing installed to grade AA``and bore pit backfill v�TV SF1JcJi% &IA/.o ≤ �dntlarc(7,7DD Total Amount I 2) 7sO, e6 1 700.60 15. 2 Each, Highway Crossings, 80 linear feet 16" casing, installed to grade and bore pit backfill £/�yry Fovle 14 rJAJDR�O 7 EAJTylciVE �d'ol s ( Q, 5'ZcOkach . /1 BSa, 16. 9 Each, Highway Crossings, 70 linear feet 16" casing, installed to grade and bore pit backfill / 00 5 y4≤AJryJ �1)A/ /fJQ.Ed f dollars (7,60Q Ea 17. 2 Each, Highway Crossings, 60 linear feet 16" casing, installed to grade and bore pit backfill $'iti fj d� dollars(/ 7DD Id, 4On, Do I /3, ¼3O, 00 1 18. 1 Each, Highway Crossing, 52 linear feet 16" casing, installed to grade and bore pit backfill � / as CO a1 ?' (JS Q dollars ( b000 7Each (DODO. 00 19. 2 Each, Highway Crossings, 60 linear feet 6" casing, installed to grade and bore pit backfill 721i/e-r4lS�✓Z�4)I doll ars(.97DQ 20. 1 Each, Highway Crossing, 90 linear feet 2" PVC casing, installed to grade and bore pit backfill i n6 1r7'a!%/1�/J Q g7t0 dollars 5-3 2, 5220, Ob 1 - 1 ' Item Estimated No. Quantity Description of Item and Unit Price Bid 21. 9 Each, Highway Crossings, 60 linear feet 2" PVC casing, installed to grade and bore pit backfill %w Ty rl ✓� dA1V ZED 'IL-" dollars (2,O Total Amount 22, Soo- I 22. 785 Linear Feet, 1" Copper Water Line, complete in place 00 dollars(4L )L.F. 5,/¼60 23. 895 Linear Feet, 3/4" Copper Water Line, complete in place a oD dollars( /7 — )L.F. fi a, oO 24. 18 Each, Watey Service Connections, complete in place y 00 DU dollars( /© )Each zO• 0O 25. 100 Each, Water Service Relocations, complete in place /Ii -U ,C/,c% y f '40 dollars (25 Each 250A0 a 26. 31'�/ Each, System Tie -In Connections, complete as specified rlyE 44U 4o, sd dollars (• 20 oo )Each /5,,$ o.0O 27. 1,600 Tons, SB-2 Crushed Limestone Trench Backfill and Surface Repair, complete in place / � dollars( o ) Ton �2, 6 p M • 6O 28. 510 Tons, Cold -Mix Asphalt Surface Repair, complete in place ty r/✓E f dollars(46O) 29. 200 Square Yards, Concrete Surface Repair, 5" thickness, (private propert only), complete in place dollars(/7 OO )S.Y. 30. 48 Cubic Yards, Class B Concrete Encasement, complete in place dollars(lJQQ 0•OO )C.Y .toa.00I 5-4 L4 II 1 I I I I I ii I I I I Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 31. 1 Each, Sewer Manhole, Complete in place 7 __ dollars(8� �� � 2)Each $ 32. 1 Each, Highway Crossing (Highway 71 Bypass), 140 linear / )feat `20" Casing, as specified, /completeein place 'Ez"5 ✓c/ / wo /JS*�J / ✓'z W'mj' LJ 1p d"oll ( /�J ≤00 )Each /4"i S'd O TOTAL, ITEMS 1 THROUGH 32 ---------- ------------------ $ 9 V7. • Z 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 the Highway 71 Bypass crossing. 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 1. 12" Ductile Iron Water Pipe Reduce by 700 Linear Feet @ $ //6. 7 per L.F. 6. 12" Butterfly Valves Reduce by 2 Each @ $ p 07, 00 Each 11. Ductile Iron Fittings Reduce by 600 Pounds @ $ per pound 32. Highway 71 Bypass Crossing, 140 L.F. 20" Casing Reduce by Lump Sum of $ / /, cOO , 0O Total Deductive Alternate No. 1 ------------ TOTAL, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 Total Reduction //, ZOO o0 //,/I.OO 9&o, 00 s23Y3 00 $ X69, 774, z� I 5-5 e ' Amounts of prices are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. 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 Jr % o F B tb 1 dollars ($S % ) 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. Respectfully submitted, ' JEQR D. 5WS. EE ER f+JC Fi Nam .-t r'" • By fr /...-Z '. itle �R�S,DEIJ l ��h�I.._. iy�s'�, y,a•,n aEEY Arkansas License No. C L ` g 2.31 I IT] I 5-6 (Seal, if bid is by corporation) ST. PAUL FIRE AND MARINE INSURANCE COMPANY RR,fCf��Ff :ic�a St. Paul, Minnesota A Capital Stock Company BID BOND KNOW ALL. MEN BY THESE PRESENTS, THAT WE, MARSHALL CONSTRUCTION COMPANY, INC. as principal, and the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation existing under the laws of the State of Minnesota, and duly authorized to transact business in the State of Arkansas as surety, are held and firmly bound unto City of Fayetteville, Arkansas .r -e.. r - .. - - = _,r- - �.. •� t., ten- -r- - . -._- ____-._-_�--- -.-. . - as obligee, in the penal sum of --Five Per Cent (5%) Total Amount Bid DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed, and dated this 22nd day of April 19. 82 WHEREAS, the said principal is herewith submitting a proposal for relocation and adjustment of water. and sewer facilities, in accordance with plans and specifications of McGoodwin, Williams $ Yates, Inc,,. Engineers. - w. THE CONDITION, OF THE ABOVE OBLIGATION IS SUCH that, if the said principal shall be awarded the contract, and shall within Thirty ( 30 ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the con- ` tract, then this obligation shall be null and void, otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for. which the obligee may legally contract with another party to perform the work, if the latter amount be$exc" of h ?former; in no event shall the surety's liability exceed the penal sum hereof. a r MARSHALh CONSTRUCTION ic4PMwX I a 10958 Rev. 5-79 Printed In U.S.A. Vice=Pres PtiriciPak •, ' - dne"�Ihemautwny ompa, °. Attorney -in -fact I I I L I [I [I I I I [I I P R O P O S A L RELOCATION AND ADJUSTMENT OF WATER ANDSEWERFACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 From Highway 71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 To the Board of Directors City of Fayetteville Fayetteville, Arkansas 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. He 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 eighty (180) calendar days from the date of the issuance of the Notice to Proceed, for the following prices. Item Estimated Description of Item and Unit Price Bid No. Quantity 1. 17,500 Linear Feet, 12" Ductile Iron Pipe Water Line, Class 51, complete in place 7ZJ// '�J 7/Cc 4 '/ dollars(234a )L.F (Dollar amount written in -words) (In figures) 2. 600 Linear Feet, 8" Ductile Iron Pipe Water Line, Class 51, complete in place .S,yha.,.n 42L. dollars(/60 )L.F 5-1 Total Amount $ yo2Soo (In figures) I Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 3. 1,800 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, complete in place to dollars( /g O - )L.F. $ 25 200 4. 2,585 Linear Feet, 2" PVC Water Pipe, Class 200, complete with SB-2 bedding in place %(we 0O dollars(., )L.F. q CIO j2 ?ZS 5. 2 Each, 8" x 6" Tapping Sleeves and Valves, complete in place OO ba `—)Each /900 6. 9 Each, 12" Butterfly Valves, Mechanical Joint, complete in place 63oot 7. 3 Each, 8" Gate Valves, Mechanical Joint, complete in place. ' /356O I 8. 31 Each, 6" Gate Valves, Mechanical Joint, complete in place dollars 0O)Each /cQ75 Q0 I 9. 8 Each, 2-1/4" Gate Valves, Mechanical, with transition glands as required, complete in place ✓wUo IV4t �iECf - dollars(,gW' )Each 1600 10. 20 Each, Fire Hydrant Installations, complete with barrel extensions if required and auxiliary gate valve, complete in place oI)Each 2 3 0 0 0° 11. 20,400 Pounds, Ductile Iron Fittings, including reaction backing, complete in place ZB s/oDgv_ 5-2 I Item Estimated Total ' Description of Item and Unit Price Bid No. Quantity Amount 12. 2 Each, Highway Crossings, 80 linear feet 18" casing installed to grade and bore pit backfill 4e e.sfi ci ss �irr// dollars(/O7.c5)Each $2/ 5O9 I 13. 1 Each, Highway Crossing, 70 linear feet 18" casing, installed to grade and bore / pit backfill p (� ' �nduAL r 7 oPJA,ct e . o/rdollars( 95Z0 )Each 15e) 90 14. 1 Each, Highway Crossing, 60 linear Feet 18" casing installed to grade and bore pit backfill ' � Z/ OVSMCf / , � rc LG, dollars(ate )Each CJ QO I 15. 2 Each, Highway Crossings, 80 linear feet 16" casing, installed to grade andborepit backfill j p ' A/fit %%ActSo.cf Dn-e cdr d! dollars(9/00 )Each (_GOOF 16. 9 Each, Highway Crossings, 70 linear feet 16" casing, installed to grade and bore /Jepit/ backfill ri/ /fv.,Sr, d /cam hk it e ct/ dollars(S300)Each 7O0 a v 17. 2 Each, Highway Crossings, 60 linear feet 16" casing, installed to grade and bore pit backfill UU �-r++ ��OdS�•�,cZ 7�vee �� ddollars(730t)Each /q &0D2 18. 1 Each, Highway Crossing, 52 linear feet 16" casing, installed to grade and bore pit backfill 7Mosc>,cJ GJe i cL(jec dollars(S00)Each _c96O ao ' 19. 2 Each, Highway Crossings, 60 linear feet 6" casing, installed to grade and bore / pit /backfill F ' ur g,p reo= ) e tzb0/ Jdreod dollars(i!(DDt�)Each ' 20. .1 Each, Highway Crossing., 90 linear feet 2" PVC casing, installed to grade and bore pit backfill 7rer 7/?i'.'s, d /u', k+- ) dollars ( .520t )Each 321060 1 I 5-3 LI Item Estimated • Total No. Quantity Description of Item and Unit Price Bid Amount 21. 9 Each, Highway Crossings, 60 linear feet 2" PVC casing, �y installed to grade and bore pit backfill /Art, «�i'U%W Sc,J D 46 +#LYe4 dollars (32a')Each $288O d 22. 785 Linear Feet, 1" Copper Water Line, complete in place Nt✓e dollars( )L.F. 23. 895 Linear Feet, 3/4" Copper Water Line, complete in place /C+dG dollars(S9 )L .F. 24. 18 Each, Water Service Connections, complete in place .]#d4n4 dollars( )Each �zIODe� 25. 100 Each, Water Service Relocations, complete in place - ,P,,, O/7,n/G/ -FUG dollars(/5Og )Each /Z5OoO' 26. .y/L.... 31 ////Each, System Tie -In Connections, complete as specified cfl , ,J.4 kjc sj -faC dollars( 7& 1)Each 2Zq75 27. 1,600 Tons, SB-2 Crushed Limestone Trench Backfill and Surface Repair, complete. in place 7,, dollars( /d B' )Ton 1lo ___ 28. 510 Tons, Cold -Mix Asphalt Surface Repair, complete in place / do dollars(,35 )Ton/76'5o 29. 200 Square Yards, Concrete Surface Repair, 5" thickness, //(private property only), complete in place �i /I�LiF�er. dollars( /pp o� )S.Y. 3(o C%__ 30. 48 Cubic Yards, Class B Concrete Encasement, complete in place / O dollars( �JD p6 )C.Y. 5-4 I I Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 31. 1 Each, Sewer Manhole, Complete in place dollars AO )Each $ I 32. 1 Each, Highway Crossing (Highway 71 Bypass), 140 linear feet 20" Casing, as specified, complete in place Zcc%ie T47A � £c%C., dr9J IC/4 - dollars(/77O 1Each TOTAL, ITEMS 1 THROUGH 32 -------------------- --------- $ c9,'6 /Q $ Q_ DEDUCTIVE ALTERNATE N0. 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 the Highway 71 Bypass crossing. 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 Na. Description of Item and Reduction Total Reduction 1. 12" Ductile Iron Water Pipe Oo O% Reduce by 700 Linear Feet @ $ per L.F. $ /e./OO 6. 12" Butterfly Valves — - Reduce by 2 Each @ $ %OD Each /C,COO ti 11. Ductile Iron Fittings b ��{� br Reduce by 600 Pounds,@ $ / per pound 32. Highway 71 Bypass Crossing, 140 L.F. 20" Casing Reduce by Lump Sum of $ /2750 A•-- /275000 Total Deductive Alternate No. 1 -------------------- $ 3/ O 90 Ov Op O TOTAL, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 --------- - $ 78s0(5 D ( S Or 5-5 Amounts of prices are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ' 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 ,7a/ 4'd dollars ($___________ ) is to become the property of the Owner in the event the contract and bonds are not executed within the above time set forth, as liquidated damages for the delay and additional expense to the Owner ' caused thereby. Receipt of the following addenda to the plans and specifications is hereby acknowledged and such addenda are attached to the specifications. Respectfully submitted, /Y/Us`eJ/ s . i nC Firm Name, I By j1 Title Arkansas License No. /� [1 L. 5-6 (Seal, if bid�is..by..Ycorpoi ar af. • lAl ^ :1. tA 'rrrrrw k• n. Li UNITED H/s PACIFIC 'C INSURANCE COMPANY HOME OFFICE. TACOMA, WASHINGTON BID Bond No. BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A-310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we DANCO CONSTRUCTION COMPANY as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of Tacoma, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called the Obligee, in the sum of * * * * * * * * FIVE PER CENT OF THE TOTAL BID PRICE Dollars ($ 5% of Bid Price ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Water and Sewer Line Relocation and Adjustment, Highway 62 from Hwy. 71 Bypass to Farmington, Arkansas, McGoodwin, Williams & Yates, Engineers NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such -bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22nd day of UNITED April (Title) A.D. 19 82 4PANY Z-�`% 'ISeaD L - �.. A n - + ' G cry '/ +• ,\` J Y ,NCE COMPANY BDU-2305 Ed. 10-73 , A ,9 -in -Fact r_ _ :-U_-NlTflu PACIFIC INSURANCE C0flANY HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make,constitute and appoint Knight Cashion, Benson A. Cashion and Doris Ne11 Julian, individually, of Little Rock, Arkansas its true and lawful Attomey-in•fact, to make execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of and the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in-fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A.— ATTORNEYS4N-FACT SECTION 1. The Board of Directors, the President, or any Vice -President or Assistant Vice -President shall have power and authority to: (a) appoint Attorneys -in -fact and to authorize them to exearte on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed, and. sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE"COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to be hereto affixed, this 4th day of March 1977. UNITED PACIFIC INSURANCE COMPANY e``��glptl3Ur�•rf OF STATE OF Pennsylvania Vice7resident COUNTY ss' Sxiev Philadelphia On this 4th day of March , 197, personally appeared R. S , Bedworth to nhe known to be the Vice -President a UNITED PACIFIC INSuRANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the sell id corporation t d t Section 3'fA, $ coon 1 and 2 of the By -Laws of said Company and the Resolution, set forth therein, are still i� for My Commission Expires: April 7 1s 80 Notary Public in and for State of Pennsylvania wt" Residing at p Philadel hia ^+,e •- __--x { J, A. Daily ' .- Assistant Secret the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the 3 - above and foregoing is a true and correct copy of a Power of Att " by said UNITED PAC] FIC INSURANCE COMPANY.; which is still in full force and effect. o '= a SEAL. � i_ •� IN WITNESS WHEREOF, I have hereunto set my hand and affi ' the a said Company this P;)n ay of April 19� % OQj � ti ---- Assistant Secretary r.,,r.� I I I I I I I I I I I I • PROPOSAL RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 From Highway 71 Bypass to Farmington Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 To the Board of Directors City of Fayetteville Fayetteville, Arkansas 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. He 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 eighty (180) calendar days from the date of the issuance of the Notice to Proceed, for the following prices. Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 1. 17,500 Linear Feet, 12" Ductile Iron Pipe Water Line, Class 51, complete in place anI 3/t dollars( /%J7 )L (Dollar amount written in words) (In figures) 2. 600 Linear Feet, 8" Ductile Iron Pipe Water Line, Class 51, complete in place 5-1 C1 I I Item Estimated Total No. Quantity Description of Item and Unit Price Bid Amount 3. 1,800 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, complete in place //o E�e LL /oe dollars(/2/)L.F. 4. 2,585 Linear Feet, 2" PVC Water Pipe, class 200, complete with SB-2 bedding in place r , zL /DO dollars( if/ )L.F. 5. 2 Each, 8" x 6" Tapping Sleeves and Valves, complete �// in place£uzJ itJ .,�y1J /� /ADO --- dollars (%%D DO) Each Z_fd4.0O ' 6. 9 Each, 12" Butterfly Valves, Mechanical Joint, complete in place - dollars(B�O.Do)Each 77�.Ad 7. 3 Each, 8" Gate Valves, Mechanical Joint, complete in place c4-1�Us�tllll0d ��- Si I' /DD —dollars ( !f7 D0) Each • 8. 31 Each, 6" Gate Valves, Mechanical Joint, complete in place = /jj 0 "%D, —do llars(JSO, Do) Each /4£. .BO 9. 8 Each, 2-1/4" Gate Valves, Mechanical, with transition glands as required, complete in place �� �� i � /Q� /�j dollars (2ZlJ.00) Each /, %�Q, D 6 10. 20 Each, Fire Hydrant Installations, complete with barrel I extensions if required and auxiliary gate valve, complete in place Q ez /*.I - /G.i, / IL'J'Id //cb dollars( //O/1,0D)Each ZJt),�,ti6 11. 20,400 Pounds, Ductile Iron Fittings, including reaction backing, complete in place / *B , w/i dollars( /, 53 5-2 Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 12. 2 Each, Highway Crossings, 80 linear feet 18" casing installed togradeand bore pit backfill Z n) to !d1a�(.R^ 5 dollars ( 9 ,Mt a ) Each $ s s 13. 1 Each, Highway Crossing, 70 linear feet 18" casing, i installed to grade and bore pit backfill —dollars (4 o.Dd)Each 4OOD,DO 14. 1 Each, Highway Crossing, 60 linear Feet 18" casing installed to grade and bore pit backfill < l7%1J Jj .O n dollars(7 44 )Each J 443 15. 2 Each, Highway Crossings, 80 linear feet 16" casing, installed to grade and bore pit backfill Sven t/tDL.CDniiDcsiLh„,02 ,nd 'C do 11 a rs ( )Each ' 16. 9 Each, Highway Crossings, 70 linear feet 16" casing, installed to grade and bore pit backfill ..Q4n1 1 ollars(7QDd DD)Each d00 17. 2 Each, Highway Crossings, 60 linear feet 16" casing, installed to grade and bore pit backfill 2n,/ t pj oliars (gpDhO)Each /2a00.op 18. 1 Each, Highway Crossing, 52 linear feet 16" casing, installed to grade and bore pit backfill A 4�,y./J/ /On oil ars)Each Ca2D. dt 19. 2 Each, Highway Crossings, 60 linear feet 6" casing, ,J installed to grade and bore pit backfill �,/./t .-3841)4/i A,1%'%— dollars M DD) Each � 4 .A 20. 1 Each, Highway Crossing, 90 linear feet 2" PVC casing, installed to grade and bore pit backfill 1Jrl( �/I+'/ 1��/,ee dollars(/�jjJV.Dd )Each / 4J, 5-3 I Item Estimated Total Description of Item and Unit Price Bid No. Quantity Amount 21. 9 Each, Highway Crossings, 60 linear feet 2" PVC casing, installed to grade and bore pit backfill 22.`` 785 Linear �Feeet, 1" Copper Water Line, complete in place j lM� 2 dollars( 6.25 23. 895 Linear Feet, 3/4" Copper Water Line, complete in place 4�'I _XL- doll ars(A,o 24. 18 Each, Water Service Connections, complete in place .C7 Ate, d dollars( ,pp 25. 100 Each, Water Service Relocations, complete in place /per j vµP53 — dol_lars o L.F. G!1% I 26. 31 Each, System Tie -In Connections, complete as specified /tE4l ii III'%'U-ti `�/ZOn —dollars ( tD)E 27., 1,600 Tons, SB-2 Crushed Limestone Trench Backfill and Surface Repair, complete in place dollars( ,q79 )Ton / l 28. 510 Tons, Cold -Mix Asphalt Surface Repair, complete in place <A4 I dollars ( ,44 ,d0 )Ton 29. 200 Square Yards, Concrete Surface Repair, 5" thickness, private property only), complete in place .Irk �.9 dollars(J≤DD )S Y. 30. 48 Cubic Yards, Class B Concrete Encasement, complete in place ,Q --.dollars(/,9 fl)C.Y. d 5-4 I II I I a' Item Estimated Description of Item and Unit Price Bid Total No. Quantity Amount 31. 1 Each, Sewer Manhole, Complete in place 32. 1 Each, Highway Crossing (Highway 71 Bypass), 140 linear feet 20" Casing, as specified, complete in place 1)49 'N4r/ � � �r� C -- -dollars (A2b.Ab)Each /D,-_�1�1. �D TOTAL, ITEMS 1 THROUGH 32 ------------------------------ $ 4O 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 the Highway 71 Bypass crossing. 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 1. 12" Ductile Iron Water Pipe /7,37 Reduce by 700 Linear Feet @ $ /≤-,Alj per L.F. 6. 12" Butterfly Valves Reduce by 2 Each @ $ 860, po Each 11. Ductile Iron Fittings Reduce by 600 Pounds @ $ /. ≤ 3 per pound 32. Highway 71 Bypass Crossing, 140 L.F. 20" Casing Reduce by Lump Sum of $It, S61), 66 Total Deductive Alternate No. 1 ----------- TOTAL, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 Total Reduction /. 720.06 /2�1.i II 6, of/.C° 5-5 I I I I I I I I I I I Amounts of prices are to be shown in both words and figures. In case of discrepancy, the amount shown in, words will govern. The above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract and bonds attached as called for in the specifications within 10 days. The bid security attached in the sum of 10 OS c'�L `limos �/"slt� dollars ($ ) 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. IArkansas License No. I I I Respectfully submitted, By Title /c ✓�..fi �h. ��_�� � °� 4 t (Seal, if bid is by corporation) 5-6 _1 A.LA. Document No` A-310 (February 1970 Ed.) i / t JarflES r ICfi r A®t FRED. S. JAMES & CO. OF ARKANSAS, INC. IYItl � 1220 West Third Street Little Rock, Arkansas 72203. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, NORTH SIDE "CONSTRUCTION COMPANY as Principal, hereinafter called the Principal, and THE AMERICAN INSURANCE COMPANY a corporation duly organized under the laws of the State of NEW JERSEY as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PER CENT OF AMOUNT BID Dollars ($ 5% for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RELOCATION & ADJUSTMENT OF WATER & SEWER FACILITIES, ARKANSAS HIGHWAY COMMISSION JOB NO. 4705 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22nd day of April A.D.19 82 qr _ GENERAL POWER IN OF'. 4'r- THE AMERICAN INSURANCE COMPANY \ATTOEY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of New Jersey, and having its principal office in the City and County of San Francisco. California. has made, constituted and' appointed, and does by these presents make, constitute and a oin 1 JACK EAST, JR., JAMES E. DANIEL, JUDY FRANKS, DONALD R. HENDERSON and TENA A. CLARK LITTLE ROCK, AR joinity or severally its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds,undertakings. recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seat of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article Vlll, Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. . "Article VIII, Appointment and Authority Assistant secretaries, and Attorney -in -Fact and Agents to accept Legal Process and Make Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice -President, may, from time to time, appoint Resident Assistant Secretaries and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Seetion_3 L.Authority.vT:he=Authority of_such-Resident Assistant Secretaries;;Attorneys-ia-Fact;-and�Agents=shall-ba-as-prescribed- in -the -instrument evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 19hh. and said Resolution has not been amended or repealed: —RESOLVED, that the signature of any Vice -President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Corporation. IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice -President. and its corporate seal to be hereunto affixed this 14th day of September 19�L . THE AMERICAN INSURANCE COMPANY x,wei CI �a 6y vice-Prnidem r STATE OF CALIFORNIA, ss. CITY AND COUNTY OF SAN FRANCISCO On thisl4th day of September 19 81 , before me personally came Ri H Williams to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of THE AMERICAN INSURANCE COMPANY, the Cor- poration described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal. the day and year herein first above written.__.+ - mod. —1 r„1. n_ —<- i - - . --r` . & c.- urrnliUlrrwuUUrrlwnwnuOulllrletrnIIIOlrrrrl ■ OFFICIAL SEAL '4)a SUSIE K. GILBERT a c•� �' .- `/�` NOTARY PUBLIC - CALIFORNIA N„tat, Public CITY i Co11Nft' of sal BtuClscO My Commission Expires Nov. 17, 1984 CERTIFICATE wnumm� mamnwnnawwsnwwwaunwwn • STATE OF CALIFORNIA, CITY AND COUNTY OF SAN FRANCISCO ss. 1, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation,:DO,HEREBY;CER5 TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VIl1;-Sec_ lions 30 and 31 of the By-laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now iif{orce... Signed and sealed at the City and County of San Francisco. Dated the 22nd day of April -->. 9 ,_82 - . t ,, E^1 V V ssislant Secretar) 360711 -TA -5.81 RELOCATION AND ADJUSTMENT OF WATER AND SEWER FACILITIES Fayetteville, Arkansas Relative to Reconstruction of Highway 62 From Highway 71 Bypass to Farmington ' Arkansas Highway Commission Job No. 4705 Plans No. Fy-92 Dated September 1981 ' To the Board of Directors City of Fayetteville Fayetteville, Arkansas 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 I. made without collusion on the part of any person, firm or corporation. He 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 eighty (180) calendar days from the date of the issuance of the Notice to Proceed, for the following prices. I Item Estimated Description of Item and Unit Price Bid Total ' No. Quantity Amount 1. : 17,500 Linear Feet, 12" Ductile Iron Pipe Water Line, Class 51, complete in place /n.ia o-Etwa ¢ ioo dollars( /8 )L.F. sS31 25 ' Ii I 600 Linear Feet, 8" Ductile Iron Pipe Water Line, Class 51, complete in place 5-1 00 J, Item Estimated Total No. Quantity Description of Item and Unit Price Bid Amount 3. 1,800 Linear Feet, 6" Ductile Iron Pipe Water Line, Class 51, complete in place �3� o o dollars( /0; )L.F. $ 1430 4. 2,585 Linear Feet, 2" PVC Water Pipe, Class 200, complete with SB-2 bedding in place 7t_jr ,� �O�, rte/ d 41)dollars( 5 )L.F. M57/ 5. 2 Each, 8" x 6" Tapping Sleeves and Valves, complete'', in place 0 0 dollars ( i%)Each ,? j�Q �� 6. 9 Each, 12" Butterfly Valves, Mechanical Joint, complete in place i/,h7 Gin 2J ts &e dollars( 7Z )Each 4 7. 3 Each, 8" Gate Valves, Mechanical Joint, complete in .place dollars(4OD )Each L2®D 8. 31 Each, 6" Gate Valves, Mechanical Joint, complete in place , X 0 0 dJ diea ` ,(� f ld_ �"D"�`L�f D [iy�t. dollars(!?lo 9 ')Each 9. 8 Each, 2-1/4" Gate Valves, Mechanical, with transition • glands as required, complete in place dollars( /4Oi' ' ) Each 10. 20 Each, Fire Hydrant Installations, complete with barrel extensions if required and auxiliary gate valve, complete in place dollars ( K 7 Each y00 11. 220,400 Pounds, Ductile Iron Fittings, including reaction backing, complete in place /l, 1 dt! dollars(z / )Lbs. 5-2 r Item Estimated Total Description of Item and Unit Price Bid No. Quantity Amount 12. 2 Each, Highway Crossings, 80 linear feet 18" casing installed to -grade and bore pit backfill dollars( e� Each $/95d# 13. 1 Each, Highway Crossing, 70 linear feet 18" casing, installed to grade and bore pit backfill fJ dollars( a Qdd )Each 14.. 1 Each, Highway Crossing, 60 linear Feet 18" casing installedto grade and bore pit backfill I J4Y�11L�-yC I I /'/�f ii L 94& dollars(4954)Each _p __ 6i 15. 2 Each, Highway Crossings, 80 linear feet 16" cas installed to grade and bore pit backfill Each __ I 16. 9 . Each, Highway Crossings, 70 linear feet 16" casing, installed to grade and bore pit backfill Each 3,�� I 17. 2 Each, Highway Crossings, 60 linear feet 16" casing, /J installed to grade and bore pit backfill {l .J 11 ✓ 1 Each, Highway Crossing, 52 linear feet 16" casing, installed to grade and bore pit backfill A 19. 2 Each, Highway Crossings, 60 linear feet 6" casing, installed to grade and bore pit backfill I Al/ i_ r Ji A 20 1 Each, Highway Crossing., 90 linear feet 2" PVC casing, i ncfnlln.i fn nYnrin n. -A L....... .4♦ 1-...1.C411 f 5-3 ach 3-266 d'� I No. Quantity Description of Item and Unit Price 21. 9 Each, Highway Crossings, 60 linear feet 2" PVC installed to grade and bore pit backfill a Each $ I 785 Linear Feet, 1" Copper Water �Line, complete in place il� GO tn�"�=LPt�,�d dollars(�J 7I L. F.Q�/Z OyJ Linear reef, 314 Laopper water blue, complete in place I S ,r/ �� ���.r� �-A..,c✓ �,,,� dollars{,� )L.F. � lB� 18 Each, Water Service Connections, complete in place: 4 Y4%:, dollars W-5 )Each 2 70 Each, Water Service Relocations, complete in place` dollars )Each 1/06' 31 Each, System Tie -In Connections, complete as specified dollars()Each _ Tons, SB-2 Crushed Limestone Trench Backfill and Surface Repair, complete in place dollars( 7 > )Ton _ _Qfl� Tons, Cold -Mix Asphalt Surface Repair, complete in place --� dollars(4D* )Ton n/ 200 Square Yards, Concrete Surface Repair, 5" thi (private property only), complete in place Da D� I S.Y. 21 AO'e1 Cubic Yards, Class B Concrete Encasement, completeiin Wince I 11 I I I I [I Item Estimated Description of Item and Unit Price Bid', No. Quantity 31. 1 Each, Sewer Manhole, Complete in place / G� /l//_� �il __j J/nAnllarc(�Ail� Total Amount 32. 1 Each, Highway Crossing (Highway 71 Bypass), 140 linear feet 20" Casing, as specified, complete in place 4uLtZ'? 7_r;-€,/ $tt n14. dollars(%a56t lEach _, __ /pr p 5 TOTAL, ITEMS 1 THROUGH 32 ------------------------------ $ !o d D 3O o2 / 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 the Highway 71 Bypass crossing. 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 1. 12" Ductile Iron Water Pipe Reduce by 700 Linear Feet @ $ per L.F. $ 6. 12" Butterfly Valves Reduce by 2 Each @ $ Each 11. Ductile Iron Fittings Reduce by 600 Pounds @ $ per pound 32. Highway 71 Bypass Crossing, 140 L.F. 20" Casing Reduce by Lump Sum of $ Total Deductive Alternate No. 1 TOTAL, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 ------ . --- $ I 5-5 Amounts of prices are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. 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 noticeIof 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 11 /kg 2, j` /�].� 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 such addenda are attached to the s Arkansas License No. Se'- 4'99 5 ecifications. Respectfully submitted, Firm Name By / 2f4/% v+ eSL�G✓/ =�` �. Title (Seal, if bid is bby� corp, 5-6 ation) RELIANCE INSURANCE COMP HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA l'1F:;.MED aw.- - .. _- Bond No' - BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS -`...�_ A.I.A. DOCUMENT NO. A-310 IFEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we FRASERCCONSTRUCTION CO. as Principal, hereinafter called the Principal, and the RELIANCE INSURANCE COMPANY of Philadelphia, Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS , as Obligee, hereinafter called the Obligee, in the sum of * -- M } . FIVE_PER,CENT_OF_THE_TOTAL •BID.PRICE_* *,x_* Dollars ($ 5% of Bid Price ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Relocation and Adjustment of Water and Sewer Facilities, Fayetteville, • Arkansas, McGoodwin, Williams & Yates, Consulting Engineers NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obli ation shall ben null d d h f g u an vol , of erwlse to remain In ull force and effect. _,-- L_ .. ,. - r -...rte... w-- _. .µ. 1�..- Signed and sealed tlys-) 22nd day of F -..' . April A.D. 19 82 Julian, i. BDR-2305 Ed. 10-73 orney-in-Fact; i . 'S �'✓Try w�. t RELIANCE INSURANCE COMPANY HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Knight Cashion, Benson A. Cashion and Doris Nell Julian, individually, of Little Rock, Arkansas Its true and lawful Attorney -in -Fan, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of Suretyship, the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that in said Attorney(s)-in-Fact may do in pursuance hereof. ---- - This Power�of Attorney is granted under and'by authority of Article VII of the By-laws of RELIANCE-INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (al appoint Attorneys -in -Fan and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him. 2. Attorneys-in•Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys -in -Fact shall haw power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem- nity or other conditional or obligatory undertakings and they shell also haw power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: .1Resolved,that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be "lid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President, and itscorporate seal to be hereto affixed, this 8th day of October 1979 -` RELIANCE INSURANCE COMPANY ci) t�5v aFar, Vice PresidentSTATE OF Pennsylvania) COUNTY OF Philadelphia r a' ^'°"rre^""w On this 8th day of October , 1979, personally appeared B. S. Bedworth to me known to be the Vice -President of the RELIANCE INSURANCE COMPANY, an wledged that he expnvdpfr1ftsted the foregoing and the-Resolu instrument and affixed the seal of said corporation thereto, and that Article V ll, action 1, 2r end 3 of the By -L of sa Cc y - tion, set forth therein, are still in full force. My Commission Expires: April 7 19 80 a Notary Pub in and for State of PenIISylvahiw. s oM Residing at Philadelphia James F. Marckstein Assists = bo ry of the RELIANCE INSURANCE COMPANY, do heraby;certify that the above and foregoing is a true and correct copy of a Power of?44 r" ted by said RELIANCE INSURANCE COMPANY, which is still in full force and effect. _ S IN WITNESS WHEREOF, I haw hereunto set my he J d e x 1 of said Company this 22nd y f Ap 11 -: X19 82 BOR-1431 Ed. Set!) Assistant Secretary % - ""�--'r _ r