Loading...
HomeMy WebLinkAbout89-85 RESOLUTIONT-. RESOLUTION ND. 89-85 SCANN ED- A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN ENGINEERING PEREEMENT WITH NORTHWEST ENGINEERS, INC., FOR THE EXTENSION OF SEWER LINES TO SHERWOOD FOREST ESTATES SUBDIVISION. BE IT RESOLVED BY THE BDARD OF DIRECTORS OF THE CITY OF FAYE TEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute an engineering contract with Northwest Engineers, Inc., for the extension of sewer lines to Sherwood Forest Estates Subdivision. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 20th day of August , 1985. CONTRACT "),IGHT PRINT" This CONTRACT executed this o. day of 1985, by and between the City of Fayetteville, Arkansas, hereinafter called the "City" and Northwest Engineers, Inc., hereinafter called the "Engineer". IN CONSIDERATION OF THE MUTUAL COVENANTS CONTAINED HEREIN, the parties agree as follows: 1. The Engineer shall determine the most feasible route to extend sanitary sewer mains to the Sherwood Forest Estates area. 2. Upon approval by the City Engineer of the selected route the Engineer shall prepare detail plans, specifications, and bid documents for the construction of same. 3. The Engineer shall prepare easement descriptions and e asement plats of the necessary easements. 4. The Engineer shall assist with the receiving of bids and evaluation of same. 5. The Engineer shall provide construction management consisting of construction observation to insure compliance w ith the approved plans, preparation of pay estimates, change orders, and "As Built Plans" and any other_ e ngineering services • necessary to insure a complete and acceptable installation of the sewer mains. The Engineer does not guarantee the work of the contractor. 6. The Engineer shall begin work on this project upon written notice to proceed from the City Engineer and shall have the preliminary plans and route selection completed and submitted within 6 weeks of that date. The Engineer shall have final plans, specifications, and bid documents complete and ready for advertisement for construction bids within 5 w eeks of approval of the preliminary plans and route selection. 7. For services rendered under this contract, the City . agrees to ,pay. th Engineer`- as tollows: a. A fee of $600.00 plus $0.45 per foot of line designed for preliminary design and route selection. The total payment for this phase of work shall not exceed $3300.00 and payment shall be due and payable upon approval of preliminary plans. b. A fee of $400.00 plus $0.40 per foot of line designed for final construction plans and specificatons. The total payment for this phase o f work shall not exceed $2800.00 and payment shall be due and payable upon advertisement for bids for construction. c. A fee of $200.00 plus $65.00 per tract for e asement descriptions and plat preparation. The total payment for this phase of work shall not e xceed $1500.00 and payment shall be due and payable upon submittal of easement forms and plats to the City. d . A fee of $800.00 plus $0.710 per foot of line built for the Construction Management phase. The total payment for this phase of work shall not e xceed $5000.00 and shall be payable monthly in proportion to the amount of construction completed each month. 8. The City further agrees to reimburse the Engineer for all cost of soil testing, review fees and permits. 'UHT PRINT" IN WITNESS WHEREOF the parties have executed this a•greemen.t ,on the° date first abive written. ATTEST ATTEST TITLE: CITY �FAYTEyF-VILLE, ARKANSAS V w" BY: MAYOR I NORTHWEST ENGINEERS, INC. BY: 44iL.—WLVI: titt/ V�oi� \ TITLE: �/PT. "LIGHT PRINT" 1 1 y i 1 1 1. 1 1 1 CtT`, C�RI(,InlnC� INCRIO M!W SPECIFICATIONS FOR SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE , ARKANSAS SHERWOOD FOREST ESTATES JOB No. • 85.166 MAY 1986 SCANNED NORTHWEST ENGINEERS, INC. 524 W. SYCAMORE STREET FAYETTEVILLE, ARKANSAS 1 1 1 1 1 1 1 1 1 1 1 1 PAGE 1 OF 2 NORTHWEST ENGINEERS, INg. CHANGE ORDER NO. 1 SHERWOOD FOREST ESTATES SEWER MAIN EXTENSION City of Fayetteville, AR Job No. 85-166 September 23, 1986 Description of Change: Reduction of unit price bid for 6" sewer main for Contract Sections II and III. Reason for Change: Contractor has been relieved of the responsibility Item No. Item 1 1 1 1 1 1 o f replacing damaged shrubs & plants in vicinty o f 6" sewer main, and he does not have to ✓ eplace topsoil, fertilizer, seeding, mulch, or waterin yards and garden areas disturbed as the result of the construction of the 6" sewer main with no normal ditch maintenance. The contractor shall backfill the ditch one time, leaving a small amount of excavated material for settlement, using a dozer followed by a tractor drawn rock rake. The Contractor will then be relieved of all future ditch maintenance. Present Revised Quantity Unit Price Unit Price Unit Price Reduction CONTRACT SECTION II 6" Sewer Line 3460 LF $20.00/L.F. $16.81/L.F. $3.19/L.F. CONTRACT SECTION III 6" Sewer Line 1000 LF $16.00/L.F. $14.50/L.F. $1.50/L.F. REVISED TOTAL PRICE: CONTRACT SECTION I(unchanged) = $ 49,978.00 CONTRACT SECTION II = 139,352.60 CONTRACT SECTION III = 31,400.00 TOTAL ADJUSTED PRICE: $220,730.60 • Accepted By: Recommended By: Approved By: aleu'Lgte2ral Northst Engineers, Inc. • City of (Fayetteville • PAGE 2 OF 2 Date NORTHWEST ENGINEERS, INC. CHANGE ORDER NO. 2 SHERWOOD FOREST ESTATES SEWER MAIN EXTENSION City of Fayetteville, AR Job No: 85-166 June 5, 1987 MICROFILMED Description of Change: Provide rebate for portion of Bond not used by Contractor and provide for handling cost of 248 1.f. of sewer pipe not used on job. Justification: City deleted portions of sewer project thus reducing the total cost of project covered by Contractor's Bond and the amount of pipe stored at the job site. Changes: 1) Rebate on Contractor's Bond $ 825.00 2) Handling cost of 248 1.f. of • 4 sewer pipe $ 252.00 Increase in Contract price due to Change Order $1,077.00 The sum of $1,077.00 is hereby added to the total contract price, and the total contract price to date thereby is $165,435.40 Accepted By: Recommended By: Approved By: Contractor E Northwest Engineers, Inc. CitY Engineer, (,(ts Date 61A/97 Date Wil Date City of Fayetteville . - . NORTHWEST ENGINEERS, INC. CHANGE ORDER NO. 2 SHERWOOD FOREST ESTATES SEWER MAIN EXTENSION City of Fayetteville, AR Job No. 85-166 June 51 1987 MICROFILMED Description of Change: Provide rebate for portion of Bond not used by Contractor and provide for handling cost of 2'48 1.f. of sewer pipe not used on job. Justification: City deleted portions of sewer project thus reducing the total cost of project covered by Contractor's Bond and the amount of pipe stored at the job site. Changes: 1) Rebate on Contractor's Bond $ 825.00 2) Handling cost of 248 1.f. of sewer pipe $ 252.00 Increase in Contract price due to Change Order $1,077.00 The sum of $1,077.00 is hereby added to the total contract price, and the total contract price to date thereby is $1651435.40 Accepted By: Recommended By: Approved By: Contractor -09 8% Northwest Engineers, Inc. City Engineer, City 7 of Fayetteville Date 6Alei Date iveg ADVERTISEMENT FOR BIDS N otice is hereby given that sealed bids will be received by the City of Fayetteville Purchasing Office until 10:00 A.M. o n the 10th day of June, 1986, for furnishing all tools, materials, and labor and performing the necessary work in constructing a sewer main extension to the Sherwood Forest E states Area in the City of Fayetteville, Arkansas. All work, material, and construction shall be in accordance w ith the plans, profiles, and specifications. Said plans, profiles, and specifications are on file in the office of N orthwest Engineers, Inc. at 524 West Sycamore Street in Fayettevile, Arkansas. These documents may be obtained from the office of Northwest Engineers upon the payment of $25.00 which will not be refunded. Contractors shall make such inspection and studies of the site of the work as to familiarize themselves thoroughly w ith all conditions to be encountered. E ach bid must be accompanied by a cashiers check or surety bond in the amount of 5% of the whale bid, said bond to be issued by a surety company licensed to do business in the S tate of Arkansas. Said bond or check shall be retained as liquidated damages in the event the successful bidder fails, n eglects, or refuses to enter into a contract for the construction of said work and furnishing the necessary bonds within 10 days from or after the date the award is made. A 100% performance bond will be required to be posted with the City within 10 days after the date of bid award. B ids must be made upon the official proposal sheets contained in the specification. All bids shall be sealed and ti:Li envelopes address:=_d le: S turman Mackey, Purchasing Officer City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 o r bids may be delivered to the Purchasing Office located on the Second Floor of the City Administration Building at 113 West Mountain Street, Room 209. A11 bids shall be clearly marked on the outside of the bid envelope that it is a bid for the construction of a sewer main extension to Sherwood Forest Estates. Also, the information on the outside of the e nvelope shall contain the time and date for the opening of bids. The name of the bidder shall also be shown on the o utside of the envelope. Bids will be opened at,the above specified time at Room 326, City Administration Building, 113 West Mountain Street. • to 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 City Board of Directors reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. . The City Board further reserves the right to withhold the awarding of the contract for a period not to exceed 90 days afer the receipt of bids. This bid is subject to the availability of funds. Dated this 15th day of May, 1986. Sturman Mackey Purchasing Officer INFORMATION FOR BIDDERS SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES 1 1 1 �1 1 1 1 :1 1 1 1 1 1 1 INFORMATION FOR BIOOERS SEWER MAIN CONSTRUCTION CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES AREA 1 Instructions to Bidders: The City of Fayetteville (hereinafter called the Owner) w ill receive bids for construction of sewer main e xtensions to serve the Sherwood Forest Estates area of the City of Fayetteville. The project is divided into three sections as shown on Sheet 1 of the plans and consists of: Section I: Main outfall line "A" extending from an e xisting manhole located in the Southeast corner of Sequoyah Woods Addition along Starr Road to a point on the Eastern edge of Sherwood Forest Estates. All of Contract Section I will be constructed regardless of the amount or extent of other contract sections. Section II: Collector lines throughout the Eastern slopes of Sherwood Forest Estates. All or part of Section II may be constructed. If some property owners do not want sewer service at this time, portions of some lines may be deleted; if so, adjustments will be made in the final contract amount at the unit prices bid Section III: A collector line extending from an e xisting manhole on Lovers Lane to serve the Western slope of Sherwood forest Estates. All or none of S ection III will be constructed. One contract will be awarded to the successfull bidder for all or part of the three sections; the project will n ot be divided among different contractors. 2 Receipt, Opening, and Acceptance of Bids: B ids will be received at the Office of the City of Fayetteville Purchasing Officer located on the Second Floor of the City Administration Building, at 113 West Mountain Street, Room 209, until 10:00 A.M. on the 10th day of June, 1986. All bids shall be clearly marked on the outside of the bid envelope that it is a bid for the construction of a Sewer Main Extension for the City o f Fayetteville for the Sherwood Forest Estates Area. Also, the information on the outside of the envelope shall contain the time and date for the opening of bids, and the name of the bidder. Each bid must be 11 accompanied by a cashier's check or surety bond in the amount of 5% of the whole bid. Said bond or check shall be placed in an envelope and attached to the outside of the bid envelope. The Owner may reject any and all bids. Any bid submitted by a Contractor and not accepted by the Owner within a periord of 90 days of submission of the bid may, at the option of the Contractor, be withdrawn from consideration for the proposed work. This bid is subject' to the availability o f funds. 3. Estimated Quantities: The Engineer's estimate of quantities is approximate o nly and shall be used for the basis for receiving unit price bids, and shall not be considered as the actual q uantities that may be required for the completion of the proposed work. The quantities, at the unit and lump sum prices bid for each item shall be used to determine the amount of bid for comparison with other bidders to 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 bond. 4. Completion of Bidding Forms: The bidders must state a unit price for each item as shown on the proposal schedule. The price must be stated in figures and in words on the blanks provided for on the schedule and must be clear, legible, and in ink. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, and e quipment in order to construct and completely finish all of the work as called for in the Specifications and as shown on the Plans. 5 Balanced Bids: The prices bid on the various items of work shall bear a fair relationship to the cost of the work to be done. Any bids appearing unbalanced and deemed not to be in the best interest of the Owner may be rejected at the d iscretion of the Owner. 6. Qualifications of Bidders: If requested by the owner or engineer, the bidders must submit satisfactory evidence of his ability and competency to perform the proposed work. The Owner reserves the right to reject a bid if the bidder has n ot submitted, upon request, a statement of his q ualifications prior to the date of the bid opening. 1 1 7. Subcontractor: The Contractor must obtain written approval from the Owner before assigning or subletting all or any part of this contract. The Contractor shall not allow an approved 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 not release the Contractor from any of his obligations set out in the plans, specifications, contract, and bonds. 1 PROPOSAL SEWER MAIN EXTENSION CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES • PROPOSAL FOR SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE SHERWOOD FOREST ESTATES MAY, 1986 TO: Sturman Mackey, Purchasing Officer City of Fayetteville P.O.. Drawer F Fayetteville, Ar. 72702 The undersigned Donald R. Mitchell , states that he has carefully examined the plans, profiles, and specifications on file in the office of Northwest E ngineers, Inc., Fayetteville, Arkansas, relative to the proposed construction, as set outin the title of this P roposal; that he is familiar with the same and understands e ach and all; has examined the location and site; that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, work to be done, e quipment and materials required, and with the full knowledge of the plans, profiles, specifications, and e stimates; that this Proposal is made without collusion on the part of any person, firm or corporation. He further states that he will enter into a contract to construct said improvements in accordance with the specifications, and have same completed within 120 calendar days from the date of the e xecution of the contract for the unit and lump sum prices set out below. B idder acknowledges receipt of the following addendum: none BY: Don Mitchell, Inc. • • Item No. Item PROPOSAL SCHEDULE FOR SEWER. MAIN CONSTRUCTION FOR THE CITY OF FAYETTEVILLE SHERWOOD FOREST ESTATES AREA MAY, 1986 CONTRACT SECTION I (Portion of Line A) Estimated Quantity Unit Price .Page 1 of 2 Extended 1 '8" SEWER MAIN. 2,298 L.F. $ 11.00/LF $25,278.00 e leven and no/100doilars/L.F. (words) 2 STANDARD M.H, (0'-7') 8 EA. $800.00/EA. $ 6,400.00 e ight hundred and no/100doilars/EA. (words) 3 EXTRA M.H, DEPTH 10 L.F. $ 80.00/LF $ 800.00 e ighty and no/100dollars/L.F. (words) 4 EXTRA TRENCH DEPTH (7'-10') 1,040 L.F. $ 2.00/LF $ 2,080.00 two and no/100dollars/L.F. (words) 5 EXTRA TRENCH DEPTH (10'-15') 350 L.F. $ 6.00/LF $ 2,100.00 six and no/100dollars/L.F. (words) 6 CONCRETE ENCASEMENT 20 L.F. $ 6.00/LF $ 120.00 six and no/100dollars/L.F. (words) ROCK EXCAVATION 220 C.Y. $ 60.00/CY $13,200.00 sixty and no/100dollars/C.Y. (words) TOTAL BID (ITEMS 1-7): $49,978.00 • • RESPECTFULLY submitted this lothday of June, 1986. Don Mitchell, Inc. (Contractor) By: Page 2 of 2 Iij,27sw (Signature) 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 2 CONTRACT SECTION II (portion of Line "A", Lines B, C, D, E) Estimated Unit Item No. Item Quantity Price Extended 1 6" SEWER LINE 3,460 L.F. $ 20.00/LF $69,200.00 twenty and no/100dollars/L.F. (words) 2 STD. MANHOLE (0'-7') 17 EA. $800.00!EA 413,600.00 e ight hundred and no/100dollars/EA. (words) 3 SHALLOW MANHOLE (3'-4') 5 EA. $500.00/EA $ 2,500.00 five hundred and no/100doliars/EA. (words) 4 DROP MANHOLE (COMPLETE) 1 EA. $500.00/EA $ 500.00 five hundred and no/100dollars/EA. (words) 5 EXTRA MANHOLE DEPTH 3 L.F.. $ 80.00/LF $ 240.00 e ighty and no/100dollars/L.F. (words) 6 EXTRA TRENCH DEPTH (7'-10') 100 L.F. $ 2.00/LF $ 200.00 two and no/100dollars/L.F. (words) 7 EXTRA TRENCH DEPTH (10'-15') 60 L.F. $. 6.00/LF $ 360.00 six and no/100dollars/L.F. (words) 8 SERVICE TAPS 20 EA. $100.00/EA $ 2,000.00 o ne hundred and no/100dollars/EA. (words) 9 CONCRETE ENCASEMENT 165 L.F. $ 6.00/LF $ 990.00 six and no/100doliars/L.F. (words) Page 2 of 2 10 STREET CROSSINGS 3 EA. $2500.00/EA .$ 7,500.00 twenty five hundred and no/100dollars/EA. (words) 11 DRIVEWAY CROSSING 3 EA. $1000.00/EA $ 3,000.00 one thousand and no/i00dollars/EA. (words) 12 ROCK EXCAVATION 500 C.Y. $1O0.00/CY $50,000.00 one hundred and no/l00dollars/C.Y. (words) 13 CONCRETE ANCHOR 1 EA. $300.00/EA $ 300.00 three hundred and no/100dollars/EA. (words) TOTAL BID (ITEMS 1-13): $150,390.00 RESPECTFULLY submitted this 10th day of June, 1986. • Don Mitchell, Inc. (Contractor) 8 y : (Signature Y Page 1 of 2 CONTRACT SECTION III (LINE "F") Estimated Unit Item No. Item Quantity Price Extended 1 6" SEWER LINE 1,000 L.F. $ 16.00/LF $16,000.00 sixteen and no/100dollars/L.F. (words) 2 STANDARD MANHOLE (0'-7') 3 EA. $800.00/EA $ 2,400.00 eight hundred and noi100dollars!EA. (words) 3 SHALLOW MANHOLE (3'-4') 2 EA. $500.00/EA $ 1,000.00 five hundred and no/100dollars/EA. (words) 4 DROP MANHOLE (COMPLETE) 1 EA. $500.00lEA $ 500.00 five hundred and no!100dollars/EA. (words) 5 SERVICE TAPS - 5 EA. $100.00!EA $ 500.00 one hundred and no/100dollars/EA. (words) 6 ROCK EXCAVATION 125 C.Y. $100.00/CY $12,500.00 one hundred and no/100dollars/C.Y. (words) TOTAL BIDS (ITEMS 1-6): $32,900.00 RESPECTFULLY submitted this 10th day of June, 1986. Don Mitchell, Inc. (Contractor) B y : (Signature) CONTRACT SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE, ARKANSAS SHERWOO❑ FOREST ESTATES 4 .- CONTRACT STATE OF ARKANSAS COUNTY OF WASHINGTON Si THIS AGREEMENT made and entered into on this / day of Div ✓ , 1986, by and between the City of Fayetteville, Arkansas, hereinafter called the OWNER, and Don Mitchell, Inc. , hereinafter called the CONTRACTOR. WITHNESSETH: That Whereas, the OWNER has called for bids on the construction of a sewer main extension to Sherwood Forest Estates, Fayetteville, Arkansas setout in these Plans and Specifications and WHEREAS, the CONTRACTOR has submitted the best bid for the work set out in these Plans and Specifications, NOW, THEREFORE, the CONTRACTOR agrees with the OWNER to furnish all materials, labor, equipment, tools, supervision, insurance, and other accessories and services necessary to complete Contract Section I, II, and III in accordance with the Plans and Specifications for the prices bid in the Proposal, said Proposal being a part of this Contract. The CONTRACTOR. agrees to complete all work pertaining to said construction 120 calendar days from the date of the executon of this Contract. The OWNER agrees t❑ pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the Standard and Detailed Specifications, and to make payment on account there as provi.ded 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. Upon completion of work and final acceptance by the OWNER and Engineer, the Engineer shall issue a Final Estimate of work done, based upon the original Contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence on this Contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be, and are essential conditions hereof. 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, I lockouts, fire, unusual delay in transportation, 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. Similarly, should the CONTRACTOR ' be unable to complete the work due to' persistent inclement weather or because of delays in delivery of necessary construction components, allowances shall be made in the ' completion time. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing eto the Engineer. In the case of a continuing cause of delay, only one claim is necessary. 1 I. In the event .the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given CONTRACTOR by OWNER or by ' the Engineer, then the OWNER shall have the option of declaring this Contract at an end, in which event, the OWNER shall not be liable to the. CONTRACTOR for any work theretofore performed hereunder, said OWNER may complete ' the said Contract at his own expense, and maintain an action against the CONTRACTOR for the actual cost of same. 1 This Contract shall be binding upon the heirs, ' representatives, successors, or assigns of the parties hereto. 1 I I IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals, respectively. ❑on Mitchell Inc. Contractor By: A. Witness City of Fayetteville, Ar Owner ..l s 'Cass2 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Clue 3 Don Mitchell, Inc. -------------------------------------------------- ' as Principal, hereinafter called Principal, and United States Fidelity and Guaranty _ Company. — ----------- ----- - - ----- ---- -- as Surety, - ' hereinafter called Surety, are held and firmly bound unto ---____The_ City-_of___Fayetteville,__ ' .- -- Arkansas---------------------------------- ---- ---- ------------------------------------------------------------------------------ as Obligee, hereinafter called Owner, in the amount _Twenty_Thousand_-_Seven I ----- _Hundred Thirty and 60/100-----------_ -_----_ ----------...- Dollars ($!P---7?----60 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. - ' Principal has by written agreement dated-------------------------------------------------------------------------------------------------------------------- ' entered into a contract with Owner for .-....._-Sewer__ Main Extension to Sherwood Forest Estatesfayettovi- -,kansas_-___--_____- 1 -------------------------------------------------------------------------------------------------•---------------------------------------------------------------------...................., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. 'The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good 'any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials fur- nished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation ' shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or 'proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. 'Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. ' In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this.._... -_11th_ -____-__---.-.-day of_ -_September----------. -------_-_- 1986.-. ' This Bond is Given in DON -_M CHELL INC. 1- Compliance with Act 351 riacipal � �-r. d,` � } of 1953, as.Amended. ,/� v ' By�cK UNITED STATES FID,ELITY AN'D:GUARANTY --------------------- in Fre Att ey-in-Fact I CERTIFIED 'COPT' GENERAL POWER OF ATTORNEY No........840 .. ..... 94014 ........................ Know all Men by these Presents: :yt That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland- and having its principal office at the City of Baltimore. in the State of Maryland, does hereby constitute and appoint Linda Frey of the City of Little Rock , State of Arkansas its true and lawful attorney `inCaBrf �tYlIE S3ietC?C yC.ld for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney: and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Linda Frey :* '•� 9i S i e � may lawfully do in the premises by virtue of these presents. a-, ' In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 3mayday of ' August - A. D. 1973 • UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By..........D.. fi Meehan Vice -President. (SEAL) (Signed) .........R...?I,. 31and.,..Jr..... Assistant Secretary. STATE OF MARYLAND, BALTIMORE CITY, ss: On this 3rd day of August A. D. 19 73 before me personally came D. H. Meehan . Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and R. H. Bland, Jr. . Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the city of Baltimore, Maryland; that they, the said D. H. Me char and I?, H. Bland, Jr. were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation: that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19....!4... (SEAL) (Signed) Herbert J. Aull ................................ ........... - Notary- Public. STATE OF MARYLAND l Set. 1} BALTIMORE CITY I, Robert 11. Bouse Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that lie rho rt J. Aul1 , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland. in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 3rd day of August A. D. 1973 (SEAL) (Signed) 12obe�L H. Bouse Clerk of the Superior Court of Baltimore City. FS 3 (9-67) , . :o I I L I I I '..... fl ..�� zuurn rry- (Diva) 986T '11 aequiegdag uo ANVd1FoD A.LNVIIVfl9 cNV AS.I13QId S3,Ld.LS a3.LINf1 oyl jo jeas ay1 pup purq dw ias oiuna.1ay aeey I ')oaiage1 Luownta1 uj .Supaaw pees jo sainulw 0111 Di papioaai BE jowa4l ajogm 341 put'uounlosai plus jo AdoD ipanos put anii a s1 Sujo9aioj aip imp put 'luasaid SEA saoloan j0 pnog By jo wNOnb t 9uilaaw y3fyM lE '0161 `djnl jo dap grill aip uo a.1ownleg jo dnj ayi Iii Auedwoj ayi jo aDylo aip It play put pajjea djnp 'dutdwo3 plus jo sio3Da.1la jo pieog By jo 8urlaaw .1e1n2a1 a In paidop¢ uounjosai t jo a3uensind ur u9A18 eeM dauIoiiV jo iaMod plps ieyi djnua3 3941.1nj op i puV •laajp puv aaioj fin) ut fins si put paijonai uaaq .aiau SRI] dauioue jo iaMod yDlyM 'quo; IDs ulaiayl se spuoq U21s 01 .Z aq 8wza.Modwa-pue sujznoyine • su S uj3 xav ' Sja Og aT31 T 'I jo Baa,g aput'j , of dutdwoD plus Aq uanl8 damoiie jo iaMod jeut iio ayi jo Ado a iDauo3 put anii 'jjni a sr Euioiraioj 041 ieyi djtuai Agaiay op ANVdjV0: ALNVHVIl9 (INV A,LI73a1A S31VSS a3.LINfl aip jo dweianas lueisrssy ueTTjjjtSaBW Bafl2eH • L 'r 'awes ayi JO .134110 10 a.1MIRU ayl ut 8uiyldue io '8up1uuapun io 'uonelndps •uopu2iIgo •aauezlu2oaai spuoq gins due ui 1oj paPlAoid aq Arm y3j4M suoptpuoo Aug io 814idue jo 8uiop iou .10 8uiop 02 10J pauornpuoD •ianosl¢MM sapl3pdED jjv put due Ii! 'iaAaOSIugm nollWTU9210 10 uopel3osse .19410 10 dnjedl3rynw ' 'isa.1aiul a3yju 'Apoq 4uon¢iod.1oo •suosaad .10 uosiad due ioj io dq 'jo uopDaioid io duunoas aip io; papioaai io pafy 'patda33e 'palapual 'uant8 'ua3jel 'apew 'paln3axa aq 01 palllwiad io pailnbai pa.Mojje aq '39M10920 10 jedpplunw '1rDn1 '.1a31yo i0 a3yjo 'uonrziue8io 'dpoq 'pieog Aug jo uona13slp io aopaeid 'swoisn3 'siapio suopejn8a1 •sajni By Xq io 'purjpunojMaN jo duojo3 341 jo .10 epeurD to umutwo0 341 jo saaorAold 341 jo 10 s31t1j pallufj 341 j0 dioilnaj 10 DIETS Aug jo .10 saiws pailua 942 jo alnleis Aug dq so'astmiagjo .10 jedearunw •Mel Aq Arm io air 43igA 'awes aqi jo iaylia jo ainieu 041 1 8myldut .10 s8upjeiiapun suoppindps 'suolle8ljgo 's9Durzlu8oaai 'spuoq 11r pup due jo suopjpuoD 091 aaiu¢ien8 pow ain3axa of siva2r io iva8e io 'i3rpul-sdamoue io dauiolie sil su put Quinn sn ul 'otlN put •paMolle Mel Aq 10 's8ulpaaaoid .10 suopoe Ire ul paulwiad io pannbai 'Ouuijeuapun pup spuoq nuraaiueien8 .10 8upn3axa pue salallod aaunnsui ueyi 13410 sl3riiuo3 jo saoue.mopad ayi 8uraaiueien8 15n11 alenud io aijgnd jo suopisod 8urpjoy suosiad jo dlrjapy 0Li 8uiaaweien8 s13¢i1 4103 fjp flue Aug ianrjap pup aln3axa 01 100 su Bt put aweu sit ul 'duedwo) plus jo Slue io 1ua8e io `13pj-u FS6amolie io damolle Sr suosiad io uosiad Aug iulodde 01 'jeas aieiodioo 51r iapun sap¢la1305 3UE15lssF' sll jo Duo .10 d.1ela13as sie 411M uon3unfuoa ul sivapisaid -a31A sn jo .1ayip .10 luaplsa1d sU la.Modwa put azuoyine 'saoo Aqaiaq it pup 'op duedwoj 942 ltyl `paapca}j lr aq 'aio/aial j •putjpunoj.Mox jo duoloj Dyi ui put tpeut3 jo uoiulwoa 091 30 saauenoid 9113 U! pile S31pls pailu'j 341 jo sau01u1aj- alp w DUE •pupj.Gtp uryl 10410 salvls w aweu 911 Ile PUB it 10j lot 01 diuuoyine pup ' iaMod grim sAauioue put slua8e 3uiodde .(updwo: stye imp ssamsnq 10 umlDesueil 1en13aya 041 .1oj diessa3au BC 11 'evaiayy ivg,l NOLZ111OS3H 3O AdO9 11 n 14 JtI Ia. JIUYJ AI AHHUWJ CERTIFICAT1E OF I$SURANCE Rebsamen Insurance, Inc., P. 0. Box 3198 Little Rock, AR 72203-3198 (501) 661 4800 INSURED Don Mitchell, Inc. 803 White Oak Drive Rogers, Arkansas 72756 THIS IS TO CERTIFY THAT POLICIES NOTWITHSTANDING ANY REGUIREI BE ISSUED OR MAY PERTAIN, THE I TIONS OF SUCH POLICIES. CO TR TYPE OF INSURANCE GENERAL LIABILITY -. ✓ A X COMPREHENSIVE FORM X PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD X PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL X INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY A X ANY AUTO X ALL OWNED AUTOS (PRIV. PASS.) X ALL OWNED AUTOS (PRNRPASSN) X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY -Lit tJIJ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LETTER Aetna Casualty & Surety Company COMPPJ'JY LETTER B United States Fidelity & Guaranty Company COMPANY LETTER C COMPANY p LETTER COMPANY E LETTER POLICY NUMBER POKY EFFECTNE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS EACH AGGREGATE DATE (µµ,DD/,Y) DATE (?.IWDDAY) OCCURRENCE BODILY $ $ 04L66382CCA 4/25/86 4/25/87 PROPERTY $ $ DAMAGE $ 500 Is 500 PERSONAL INJURY I$ 500 nuu $ Pmm 040JA15434838CCA 4/25/86 4/25/87 $ Tm PROPERTY a. $ DAMAGE BIAPD $ 500 COMBINED • EXCESS LIABILITY UMBRELLA FORM BI M PD COMBINED $ $ OTHER THAN UMBRELLA FORM i STATUTORY WORKERS' COMPENSATION $ 100 (EACH ACCIDENT) B AND 3905398 86 9 8/6/86 8/6/87 son (DISEASE -POLICY LIMIT) EMPLOYERS' LIABILITY $ inn (DISEASE -EACH EMPLOYEE) 1 I OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Project: Sewer Main Extension to Sherwood Forest Estates, Fayetteville, Arkansas The City of'Fayetteville Fayetteville, Arkansas 72756 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATJON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAILDAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY TTS AGENTS OR REPRESENTATIVES. ;'-AC COll11.t-cEXeCut � S L_- e:N �,,, ,.. Hti• ae: rL ' , M.J_:' Iy i M {f.:. 5J. 4,: 1 1 n 3j _ _�1'E.a FVOELIiY+MQ f -w UNITED STATES FIDES. H ARANTY COMPANY /M1' . 4 IA to n BID BOND ai BONDNUMBER........................................................................................„ KNOW ALL MEN BY THESE PRESENTS: Don Mitchell, Inc. THAT Rogers, Arkansas of -•i-.�--- — - - --^ ...-..,,was-Principal—,, and UNITED STATES FIDELITY AND -_ —..............:..................................:.................. -..4................... -........................... . The City of ry GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto...........................................................................4.............. Fayetteville, Arkansas ..............................................................-...................................-................................-............. ""` -Five Per Cent (5%) of Total Amount Bid----- as Obligee, in the full and just sum of ..................... ar; ..:.; Dollars, ................................................................................................................................................................................................................................ fK; lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, ft{- administrators, successors and assigns, jointly and severally, firmly by these presents. t{[ky[kyyyy�" `�I WHEREAS, the said Principal is herewith submitting its proposal for Sewer Main Extension, r Sherwood Forest Estates ..� 1aa W THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the 4k time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of -= the cont ar ct, then this Obligation to' be void; otherviise the Principaland 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 psEi if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. ,«-_ r' . r≤� 1 186 3I Signed, sealed and delivered...................................0..,.....9 ................ — rca, (Date) = :t /yJ _ ; .,:; DON MITCHELL, INC. j{g )^ %ice-• 3.,,:..........(SEAU y' ...... . ." ul....�.;Y.. era UNITED STATE IDELlTY AND GUARANTY COMPANY ...... rf. �. Y... ..... ..) Attorney Li a Frey , -in -fact r fir.): s a-/la:'i b 1'1 Y@.L I�tr'tt\\Q/} 'i{I' t' �rtr1� d t:i id♦ ,r: s ... i t' "1ekJ ;: '. r J i v.^,5 4 L W. f,:'q L u 4a, ::.J: I L4 yip 4, 1 ,- i•` ,i i : i?: n r: ay�u.0 j.6.LL !!.. ':.54 Jt 4 J::: :4a i:.:iaf\ u..ial]i. . SV.".. .. U�W 1 • :>f� :. ..:.�:..SSL<....SS'.�'u.... ai. .r1LW1�' Contract II (Revised) (1-74) ��' CERtIFIED' COPY I, GENERAL POWER OF ATTORNEY No........so .. .....s014 ....................... IKnow all Men by these Presents: I That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organized and existing under the laws of the State of Maryland. and having its principal office at the City of Baltimore. in the State of Maryland, does hereby constitute and appoint 1 -1 Li Linda Frey of the City of Little Rock . State of Arkansas its true and lawful attorney txau(tx11AC StdteCYld for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through u , its Board Directors, hereby ratifies and confirms all and-wh^techver-the-said Linda Frey *�`• a. - may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused rthisin=_fFument to be ice., sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 3rd day of August , A. D. 1973 UNITED STATES FIDELITY AND GUARANTY COMPANY. (SEAL) II I I 1. U STATE OF MARYLAND, l ss: BALTIMORE CITY, J} (Signed) (Signed) By......... D. • H. Meehan ............................... Vice -President. Li, Ii. Blandi..Jr. .................... Assistant Secretary. On this 3rd day of August . A. D. 19 73 before me personally came D. H. Meehan ,Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and R. H. Bland, Jr. . Assistant Secretary of said Company, with both of whom I am personally acquainted, who bein by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; D. H.I"leelan R. 11. Bland, -,that they, �the said and . d , J r . were -respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney: that they each knew the seal of said corporation: that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19....7.4... (SEAL) (Signed) Herbert J. Aull ....................................................... Notary Public. STATE OF MARYLAND } Set. / BALTIMORE CITY, - 1. Robert II. Bouse , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Herbert J. Aul.1 Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland. in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of :he said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record. this 3rd day of , August , A. D. 1973 (SEAL) I FS 3 (Signed) ..................Robert;. 1i,., 33.ouse...............'..... Clerk of the Superior Court of Baltimore City. I I 1 '.Cta;awas luvinsty .................._...........I................................ area) , 9861 'OZ acdnr 11aANValco3 AINVHVUO ONV A11130I3 salv1S 031INI1 ayl jo teas aq1 pue pueq Aw ias olunalaq aney I 'foalai/ .:uowjtsaj uj 'tuuaaw Pees jo samurai aqi w paploaal Sr joalagi ajogm Pill put 'Uotin1osai pies jo Adoo pallo3 put anal a s! emotaaoj aq; ley put 'ivaaald so M slopalt0 jo pieog alp jo mnlonb a tutiaaw y3rgM IF '0161 'AInf jo Lop ulll ayi uo 'alowrlleg jo Ali3 ayi ui Auedwo3 alp jo a3yjo ayi 1e play put pallea Alnp 'Auadwo3 pros jo saopalr0 jo leog aql jo turpaw lelntal a In paidope uopnjosal a jo aouengind Ul u0Att SeM Aau3011y jo l3MOd pies Ieyi Ajrlta3lagllnj op j pry •Baja put aaaoj jlnj u! Ijus sr put patloeal uaaq 1awu sey iaujoilu jo aa.Mod ElmgM 'yuoj Ian u!anil se spuoq utis of 2 a q tuuamodwa put tu!zuuywe ' S8 S V 9 Sj.i y s 31 a OI] a Bang upuTqI of huedwo3 pin Aq uantt Aamolle jo lamod leuituo ayi jo Adoo pavoa put anti 'Ijnj u st tuiotaloj ayi trai Ajpaa Agaiaq op 'ANVdi\O3 ASNVHVII9 ONV A1j13QL'I S31VZS 031INf1 ayi jo Alelaloa$ lueiswssy ue' TT8qS28 yj BaT 2 ij •y awes 0q;,jo jaq;ta jo alnteu aq; w tunithus JO •Sunleuapun to 'uoaelndus `uonet!igo 'a3ufltUto3al `p11oq y3ns Aue w so; pap!nwd aq A¢w y3eyM suontpuoa hue to turgihu¢ jo 2urop lou to tutop ayl Jo; pauoutpuo3 'laAoslegM satpaede3 lie per hue ut 'lanaosiegM uotleMruetin to uoueposse iagio to A1!jedlatunw 'Isalalm 'aatyo 'Apoq 'uotlnaodioa 'suoslad to uoslad hut loj to Aq 'jo uouaalold to Allnaas agi loj paploaal to pa jg 'palda3a¢ 'palapual rash •uail¢i 'spew 'painaaxa aq of paluwlad to palrnbal 'pa.Molle aq 'asi.m.zatlio to jedplunm 'jeool 'laayjo to a3tyo 'uotiezru¢8lo 'Apoq 'pleoq Are Jo U011aaaslp l0 aarpeld 'Swossno siaplo-suoge1nta1 sajnl aqi Aq l0 'puelpunojMOK jo huojo3 aq i jo ao epeue3 jo Uotuiwo(j 041 In SaauiAo1d aq i jo l0 Same1$ palrufl ayl In Aloltulal ao 0Wn1C Are j0 to saIOIS pa1!u fl 091 30 ainlw$ hue Aq to 'as!Mlaylo to led ialunw 'mel Aq hem so We y3ty.M 'awes ayi jo layna jo aani¢u oq1 u! tulyiAue 10 stutljeiaapun 'sUotlejnd!IS 'suogettgqo 'saaueicu2ooal 'spuoq ale put Aug jo suou!puoa ayi aatuelent put alnaaxa of sluatn 10 Irate JO 'I32J*UF6haul021P lD Aaulolae el! se pun amen Sit ul 'otjii pull pamOIIR Mej hq to 'stutpaaaold to suop3e Ile ui palliwlad in pannbai 'sturtletlapun put spuoq tutaaiuelens to tupnaaxa put sarai1od aauelnsut any aayio spelluo3 jo saaueuuopad ayl turaaiuelen8 •isn.ii alBAud to gjlgnd jo suopisod turploy suoslad jo Autjapg ayi tutaaiuelenS spell -1103 Ile put hue 1aAijap put alnaaxa 01 'la¢ sit Se put suite sal ul 'Auedwo3 P! es In sluate In lUate to '23e;-ur-shauiolle to hauloile se suosiad to uosiad hue iutodde 01 'teas alelodloa 521 ]spun 'saueiaaaa$ luelsissy sit jo auo to -Oelal3aS SIT gIIm uogaun(uoa w sludplS3ld -a3MA sit jo aayna 10 ivap!saad sIt samodma put azuoq;nr 'coop -(gaiaq it put 'op -(uedwo3 stye try 'paajota}j ij aq 'alo(alayy 'puejpunoppa. In Auolo3 ayl ut put epeurj Jo uo!u!wo(I 392 jo saaruold ail u! put sales$ palter) agl jo sauolulal ayl ur pup pue[Aaeip any iagio sale}ui aweu sat ur put IT loj tae 01 Atuogine pun laMod g1(M s.(auloln put sluate lutodde Auedwo3 still icy ssaursnq j0 uotlaesueli npapa ayi loj AlesSaaau si it 'IDataydj tvyl )JOLLfI'IOSHH 30 AdO3 I GENERAL CONDITIONS FOR CONSTRUCTION SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES AREA GENERAL CONDITIONS SCOPE AND INTENT OF SPECIFICATIONS AND PLANS The specifications and plans are intended to supplement but not necessarily duplicate each other, and together constitute one complete set of specifications and plans, so that any work exhibited in one and not the other, shall be executed just as it had been set forth in both, in order that the work shall be completed according to the complete design or designs as decided and determined by the Engineers. Should anything be omitted from the specifications and plans which is necessary to a clear understanding of the work, or should it appear various instructions are in conflict, then the Contractor shall secure. written instructions from the Engineers before proceeding with construction affected by such omissions or discripancies. 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. ENGINEERS Engineers shall mean the firm of Northwest Engineers, Inc., who have been employed by the Owner for this work, or their duly authorized agents, such agents acting severally within the scope of the particular duties entrusted to them, whose decisions shall, in all cases, be subject to final approval by the Engineers. In all matters pertaining to the status or amount of the contract, orders issued by the Engineers and signed by the representative of the Owner shall be valid. OWNER The word "owner" shall mean the City of Fayetteville, Arkansas, also referred to as the "City". FIGURED DIMENSIONS Figured dimensions, when given in the plans, shall be accurately followed, even though they differ from scaled measurements. No work shown on the plans the dimensions of which are not figured, shall be executed, until instructions have been obtained from the Engineers as to the dimensions to be used. Large scale and full size drawings shall be followed in preference to small scale drawings. I! LINES AND GRADES All work done under this contract shall be done to the lines and grades shown on the plans. The Contractor shall keep the Engineer informed, a reasonable time in advance, of the times and places at which he wishes to do work, in order that lines and grades may be furnished and necessary measurements for record and payment may be made with mini'mum of inconvenience to the Engineer and of delay to the Contractor. PROTECTION OF PUBLIC UTILITIES The Contractor shall give reasonable notice to the 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 reasons 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. If any owner or owners of public utilities 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 bid 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 and underground wires, and structures, and other improvements, during the construction of said work across, under, over, along or near the same. The Contractor shall satisfactorily shore, support, and protect any and all pipes, sewers and other structures, 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, interference, or delay caused by such structures being on the line of the work, whether or not such structures are shown on the plans. 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, suitable barricades and other devices necessary to protect the public. In case the Contractor fails or neglects to take such precautions, the Owner may have such lights and barricades installed and charge the cost of this work to the Contractor. Such action by the Owner does not relieve the Contractor of any liability incurred under these specifications or contract. DIVERTING AND BLOCKING TRAFFIC The Contractor may close streets to traffic as may be necessary for the expeditious handling of the work, but only where traffic may be conveniently routed over other open streets and public ways; provided, however, that no street or public way shall be closed to traffic for a longer period of time that is necessary for the construction of the work involved and then only upon the approval of the Engineer and the City. Proper signs shall be erected to facilitate tt,t flow of traffic over the detour route. When excavation work is carried on in the highway right-of-way, the Contractor shall make provisions for handling and re-routing traffic as required by the Highway Department. WORK DONE WITHOUT LINES OR GRADES Any work done without lines, grades or level=, being given by the Engineer, or done without the supervision of any inspector or other representative of the Engineer, may be ordered removed and replaced at the Contractor's cost and expense. PRESERVATION OF MONUMENTS AND STALES The Contractor shalt :.crefu11y preserve all monuments, benchmmmarks, and ref:-,rence points, and in case of willful or careless' destruction of the same, he will be charged with the resulting expense of replacement, and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. The Engineer will set the construction stakes one time only. All construction stakes destroyed shall be replaced by the Contractor at his expense. The Engineer will require 2 working days notice prior to setting or resetting the Construction Stakes. SANITARY CONVENIENCES Sanitary conveniences, consistent with good health standards and decency shall be provided for the workmen. Such conveniences shall be approved by the local officials responsible for such standards. Such conveniences shall be maintained in good order and waste disposed of regularly and I to the staisfaction of said official: The Contractor shall provide a safe drinking water for all workmen. The water shall come from a safe source approved by the Arkansas Department of. Health. Water shall be delivered to workmen through an approved water spigot or angle jet fountain, and the use of a common drinking cup will be prohibited. WATERWAYS Present natural and artificial waterways shall be left open to flow freely. Temporary dams or by-passes shall be provided only when found necessary or ordered by the Engineer. LOCATIONS OF FACILITIES The locations of any proposed pipe lines, valves, curb inlets, crossings, etc., as shown on the drawings are for general information only unless otherwise marked on the drawing. The exact location of each shall be designated by the Engineer at the time work is started, after giving due consideration to the local conditions. The Engineer shall set stakes accordingly, and the Contractor shall install the ,` work at the designated locations. PRIVILEGES OF CONTRACTORS IN STREETS I. 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 use of such public thoroughfares shall be at the direction of the • Engineer and in accordance with the provisions as expressed by him. .1. I w U 'I 1 The Contractor shall maintain at Lane and Canterbury Road open to are dead end streets and provide of houses. SUNDAY, HOLIDAY AND NIGHT WORK least one lane of Lovers traffic at all times;these the only access to a number No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, except work as may be necessary for the proper care and protection of work alrady performed, or in case of any emergency, and in any case only with the written permission of the Engineer. It is understood, however, that night work may be I established as a regular procedure by first obtains the written permission that such permission may be revoked Engineer if the Contractor fails to adequate force and equipment for reasi supervision of the work. the Contractor if he of the Engineer, and at any time by the maintain at night an 3nable prosecution and OWNER'S AND ENGINEER'S PROTECTIVE LIABILITY INSURANCE The Contractor shall indemnify and save harmless the Owner and the Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries and judgments of every mature and description brought or recovered against him 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 and shall maintain and pay the premiums for such insurance in an amount not less that $100,000/$500,000 limits, and with such provisions as will protect the Owner and Engineer from contingent liability under this contract. The cost of this insurance is not an item whose cost will be participated in by the Federal Government. Therefore, if required, the Contractor shall furnish the Owner a cost breakdown. INSPECTION This project shall at all times be subject to inspections by reresentatives of the City of Fayetteville, the Engineer, or his authorized representative. Unless otherwise directed by the Engineer, all work of a permanent nature which cannot be inspected after completion shall be done in the presence of an Inspector. NO CONCRETE SHALL BE PLACED UNLESS AN INSPECTOR IS PRESENT. NO SEWER LINE SHALL BE BACKFILLED UNTIL AN INSPECTION HAS BEEN MADE BY THE ENGINEER. The Contractor shall notify the Engineer at least 24 hours in advance before concrete is to be poured. It shall be the duty of the Contractor to notify the Engineer in advance of the beginning of work after delays, shutdowns, change of work progress 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 the 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 the Standard Specifications. The Engineer does not guarantee the performance of the contract by the Contractor, nor shall his inspection be I 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 subcontrctors, nor for access, visits, 't'1 work, travel or occupance by any person, as these responsibilities are covered under the provisions of this contract, the Contractor's insurance and performance bond, and are not the responsiblity of the Engineer. Where the provisions of safety, in any of its categories, are not being observed, and this safety, in any of its categories, are not being observed, and this condition comes to the attention of the Engineer or his representatives, the Engineer may require standard safety procedures to be initiated, but the requirement of these procedures does not constitute a guarantee by the Engineer as to their adequacy or the safety of the public. Where plans, buildings, 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 of the Engineer. e I n I I Page 1of 2 ARKANSAS DEPARTMENT OF LABOR __ PREVAILING WAGE DETERMINATION —HEAVY RATE DATE: May 15, 1986 DETERMINATION /I 85-146 PROJECT: Sherwood Forest Subdivision Y COUNTStatewide Sewer, Fayetteville .- EXPIRATION DATE: 9-15- Washington County BASIC HOURLY FRINGE RATE BENEFITS Bricklayers 7.00 Carpenters 7.00 Concrete finishers 7.00 ' Electricians 8.50 IRONWORKERS: Structural 6.10 ' Reinforcing 5.30 LABORERS: Air tool operator 5.00 ' Asphalt heater operator 5.00 Asphalt raker 5.70 Carpenter helper 5.00 Chain saw operator 5.00 ' Checker grade 5.30 Concrete finisher helper 5.00 Concrete joint sealer 5.00 ' Concrete saw operator 5.00 Formsetter 5.30 Laborer 3.80 ' Pipelayer 5.30 Powderman 6.20 Vibratorman 5.00 Painter 6.00 ' Pile driver leadman 6.00 POWER EQUIPMENT OPERATORS: Aggregate spreader operator 5.60 Asphalt plant fireman 4.70 Asphalt drier operator 4.70 Batch plant operator 5.60 BULLDOZER OPERATORS: Finish 6.70 Rough 5.50 ' Bull float operator 5.50 Concrete curing machine operator 5.50 CONCRETE MIXER OPERATOR: Less than 5 sacks 5.00 IS sacks or over 6.00 Baekhoe operator—rubbertired (1 yard or less) 5.90 ' Cherry picker operator 5.90 Concrete paver operator 6.50 Concrete spreader operator 6.50 CRANES, DERRICK, DRAGLINE, SHOVEL, BACKHOE OPERATORS: 1-1/2 yard or less 6.50 Over 1 1/2 yard 7.00 ' Crusher operator 5.50 Distributor operator 5.50 Page L of ARKANSAS DEPARTMENT OF LABOR ' PREVAILING WAGE DETERMINATION —HEAVY RATE rt DATE: May 15, 1986 DETERMINATION # 85-146 ' PROJECT: Sherwood Forest Subdivision COUNTY Statewide Sewer, Fayetteville EXPIRATION DATE: 9-15-86 Washington County BASIC'" HOURLY FRINGE • RATE BENEFITS • Drill operator (wagort or truck) 5.50 ' Elevating grader operator 6.50 Euclid or like equipment operator • (bottom or end dump) 5.10 Finishing machine operator 5.90 Forklift operator 4.90 Form grader operator 4.90 ' FRONT END LOADER OPERATOR: Finish 6.50 Rough 5.50 Hydro seeder operator 5.00 ' Mechanic 6,70 Mechanic helper 5.10 MOTOR PATROL OPERATOR: ' Finish 6.70 Rough 5.50 Mulching machine operator 5.00 ' Oiler and greaser 5.30 Pile Driver Operator 6.00 Pug Mill Operator 5.00 ' Roller operator (self—propelled) 5.10 SCRAPER OPERATORS: Finish 6,70 Rough 5.50 ' Sod slicing machine operator 4.80 Stabilizer mixing machine 5.50 TRACTOR OPERATORS: ' Crawler. type 5.00 Farm and wheel 5,00 Wheel type (with attachment 1 yard or. under) 5.40 Trenching machine operator 5.40 STONEMASONS 7,00 TRUCK DRIVERS: I. Distributor truck driver 5.30 Semi —trailer 5.30 Lowboy driver 5.50 ' Transit mix truck driver 5.30 Truck driver (heavy —maximum pay load in excess of 3000 lbs.) 5.00 Truck driver (light —maximum pay load 3000 lbs.) 4.70 WELL DRILLERS 6,70 ' WELDERS --receive rate prescribed for craft performing operator to which welding is incidental. CERTIEIM ' ' Arkansas Department of Labor Date—A—d'S DETAIL SPECIFICATIONS FOR CONSTRUCTION SEWER MAIN EXTENSION CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES Page 1 of 4 DETAIL SPECIFICATIONS FOR SEWER MAIN CONSTRUCTION CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES AREA 1. SCOPE OF WORK The work to be done under this contract, as shown on the Plans and as provided for in these Specifications, shall include the furnishing of all necessary materials, tools, equipment, and supplies and performing all the necessary labor for a complete installation of a gravity sewer system to serve the Sherwood Forest Estates of the City of Fayetteville, Arkansas. The work consists of three seperate areas: Contract Section I: Main outfall line "A" extending from an existing manhole located in the Southeast corner of Sequoyah Woods Addition along Starr Road to a point on the Eastern edge of Sherwood Forest Estates and consisting of: 2,298 l.f. of 8 inch sewer main 8 standard manholes (7 ft. or less in depth) 10 l.f. of extra manhole depth 1040 l.f. of extra trench depth (7 ft. -10 ft.) 350 l.f. of extra trench depth (10 ft. -15 ft.) 2 l.f. concrete encasement 220 c.y. rock excavation (estimated) All of Contract Section I will be constructed regardless of the amount or extent of other contract sections. Contract Section II: Collector lines throughout the Eastern slopes of Sherwood Forest Estates and consisting of: • 3,460 l.f. of 6 inch sewer main 17 standard manholes 5 shallow manholes (4 ft. or less in depth) 1 drop manhole _ A 3 l.f. extra manhole depth 100 l.f. extra trench depth (7 ft. -10 ft.) 60 l.f. extra trench depth (10 ft. -15 ft.) 20 ea. 4" service taps (includes wye, 4" service line and cap). 165 l.f. concrete encasement 3 ea. street crossing -lf 3 ea. driveway crossing 1 concrete anchorage 500 c.y. rock excavation (estimated) All or part of Contract Section II may be constructed. If some property owners do not want sewer service -at I. this time, portions of some lines may be deleted; if so, adjustments will be made in the final contract Page 2 of 4 amount at the unit prices bid. Contract Section III: A collector line extending from an existing manhole on Lovers Lane to serve the Western slope of Sherwood Forest Estates and consisting of: 1000 1.1. 6 inch sewer main 3 standard manholes 2 shallow manholes 1 drop manhole Sea. 4" service taps (includes wye, 4" service line, and cap) 125 c.y. rock excavation (estimated) All or none of Contract Section III will be constructed. Contract sections to be completed are as specified within the final contract. 2. EASEMENTS All work on this project will be on private property within permanent and temporary construction easements as indicated on the plans. The contractor shall respect the privacy and property of the individual land owners at all times. All work and movement to and from the construction areas shall be within the limits of the easements and public roadways. Any activity by the contractor, his personnel, or equipment outside these easements will be. at the contractor's risk and is strictly forbidden except by written permission of the property owner. 3. MATERIALS OF CONSTRUCTION A. Sewer pipe for this project may be either ABS or PVC Composite pipe, Extra Strength Vitrified Clay Pipe, or PVC Pipe conforming to the Standard Specifications herein. Choice of pipe material will be the contractor's option. B. Due to the inaccessibility of some manhole locations either precast or cast -in -place concrete manholes will be accepted on this project. Precast manholes will have "0" ring type joints. C. Shallow manholes conforming to the Standard ❑etails are required at 7 locations on this project and may be either pre -cast or cast -in -place. Shallow manholes shall be brought to finish grade with solid masonry units plastered smooth. D. Two Drop -Manholes are required for this project and shall be constructed in accordance with the Standard Details. Drop -Manholes shall be bid as a Page 3 of 4 complete item to the specified depth; No payment will be made for extra depth of drop manholes. E. At locations shown and as directed by the engineer, service tees or wyes shall be installed. Each tee or wye shall include a 4" service line extended 2 • feet above grade and capped. Service tees and lines - shall be subjected to air test with the main line. F. All materials of construction, including pipe, manholes, ring & lids, manhole steps, concrete and other miscellaneous items shall conform to the Standard Specifications and Standard Details. 4. ITEMS OF CONSTRUCTION A. Manhole depth shall be measured from flow -line out to high point of ring, but in no case shall manhole ring be set more than 4 inches above existing grade. Manhole depth in excess of 7 feet will be paid for at the unit price per foot bid for Extra Manhole Depth. No payment for extra depth will be made for drop manholes or shallow manholes. All manhole lid & rings shall be set to conform with the existing ground elevation and slope, and in no case less than 2 inches nor -more than 4 inches above grade. B. Payment for extra trench depth will be made at the unit price bid per lineal foot for sewer line 7 feet to �` 10 feet deep and for sewer line 10 feet to 15 feet deep. No extra payment will be made for trench -depth less than 7 feet. Trench depth shall be measured from flow line of pipe to existing grade. C.. Concrete Encasement. At locations where sewer lines have less than adequate cover such as at stream and creek crossings, the pipe shall be encased with concrete. Concrete encasement shall be at least 4 inches thick on all sides of the pipe and shall extend longitudinally far enough to ensure adequate cover. Concrete for encasement shall be 2500 psi compressive strength with 4% to 6% air entrainment. Payment for concrete encasement will be made at the unit price bid per linear foot of encasement actually placed. D. Concrete Anchorage. Where sewer lines are placed at extremely steep grades or as directed by the engineer concrete anchors may be required. Payment for concrete anchors will be made at the unit price bid per anchor installed. Page 4 of 4 E. Rock Excavation, It is anticipated that rock will 4,4 be encountered during, the construciton of this project. IDue to the close proximity of residential structures to , the proposed line, extreme caution must be exercised if blasting is performed. Before any blasting is done, the contractor shall submit proof of insurance to cover any liability that may.arise from such activity. Payment for rock excavation will be made in accordance with the Standard Specification. F. Street Closings. At three locations crossing of an existing concrete or asphalt street will be necessary. These crossings must be made in such a manner as to � maintain one lane of traffic at all times. Pavement repair and payment for street crossings shall be in accordance with the Standard Specifications' and Standard Details. G. Driveway Crossings. Several driveways, both paved and unpaved, will be crossed during construction of the sewer line. All driveways shall be repaired in a manner equal to or better than existing. Concrete driveways shall be repaired with a minimum of 4" concrete (3000 psi, air entrained) for the full width and length of crossing. Gravel driveways shall be repaired with a minimum of 4" compacted SB-2 for the full width and length of crossing. Payment for Driveway Crossings will be made at the unit price bid per crossing. 11 H. Work Area & Clean -Up. Most of the construction of this project is within lawn and garden areas of private residences. Some areas which appear to be undeveloped are natural conditions which property owners wish to •�_ maintain in an undisturbed manner. All areas disturbed in any manner during construction shall be restored to I. as near possible to original condition. Small ornamental trees (less than 4" DBH) and shrubs shall be replaced with like kind. Disturbed grass and sod shall be re -seeded, mulched, and maintained until a good stand of grass is obtained. Large rock, boulders, tt limbs, trash, etc. shall be removed from the work area and disposed of off -site. All areas of erosion and silting caused by construction shall be seeded, mulched, and maintianed until a good stand of grass is obtained. Grass seed shall be same as existing grass or as approved by the engineer. It is the intent of these specifications that within 3 months of completion of construction there will be no obvious indication of the construction; all areas will appear undisturbed. I _y Ir I STANDARD SPECIFICATIONS FOR CONSTRUCTION SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES Y STANDARD SPECIFICATIONS FOR SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES Section 2-100: MATERIAL 2-101 SEWER PIPE Gravity sewer pipe shall be as specified on the Proposal and shall meet one of the following specifications: a. ABS or PVC Composite Pipe conforming to ASTM 02680. b. Polyvinyl Chloride (PVC) pipe conforming to ASTM 03034, SDR35, with elastomeric gasket joints. c. Extra Strength Vitrified clay pipe conforming to ASTM C200 -65T, with molded compression joints conforming to ASTM C-594. Couplings and pipe ends for ABS or PVC Composite Pipe shall be solvent -cemented. Payment for sewer pipe will be made at the unit price bid per foot of pipe as installed. This price shall include all materials and labor, including trenching, backfilling, and clean-up, necessary to complete installation. 2-102 MANHOLES Manholes for gravity sewer system shall be either cast -in -place or precast concrete. a. Cast -in -place manholes shall have a minimum wall thickness of 8 inches and shall be constructed at 3000 psi compressive strength concrete. Cast iron steps and lid & ring shall be provdided. In traffic areas 300 pound ring and lid shall be provided. Construction shall be in accordance with the standard details. b. Precast concrete manholes shall conform to ASTM C-478 specification with elastomeric "O" ring gasket joints. Payment for manholes will be made at the price bid per manhole. This price shall include all materials and labor, including excavation, backfilling, rings, lids, and clean-up, necessary to complete installation. I iT is Section 2-200: INSTALLATION 2-201 TRENCH EXCAVATION Trench excavation for pipe lines shall be either "Unclassified Excavation" or "Rock Excavation". Rock excavation shall comprise rock formations in the original bed, in well defined ledges, or in detached solid masses of stone more than one-half cubic yard in volume, which cannot be excavated, loosened, or removed by any process other than by drilling and blasting. Unclassified excavation shall be all excavation other than "Rock Excavation". Unclassified trench excavation will not be a separate pay item but will be considered as part of the price per foot bid for pipe. Payment for rock excavation will be made at the unit price per cubic yard in the Proposal for that amount of rock actually encountered. For pay purposes the trench width shall be inside pipe diameter plus 16 inches. Measurement of rock excavation will be made by the Engineer after completion of excavation but prior to placing pipe. The Contractor shall notify the Engineer when he has encountered rock so that verification and measurements can be made. 2-202 BLASTING The use of explosives shall be in accordance with the Associated General Contractors' Manual of Accident Prevention in Construction and the National Fire Protection Association, NFPA No. 495 --Code for the Manufacture, Transportation, Storage and Use of Explosives and Blasting Agents and in accordance with the State and local laws and ordinances. Blasting will not be a separate pay item but will be considered as part of the bid price per cubic yard of rock excavation. 2-203 BEDDING AND STABILIZATION Where unstable condi found at pipe grade at least six inches with stable material or sand. All trer depressions for pipe tions or rock formations are the trench shall be undercut and filled to proper grade such as crushed rock, gravel, fiches shall be graded with bells so that no pipe will be supported on its bell; pipe support shall be continuous and uniform along the entire length of the pipe barrel. Bedding and stabilization will not be a separate item but will be considered as part of the bid price per foot for pipe. 2-204 LAYING SEWER PIPE Clay sewer pipe shall be installed in accordance with ASTM C12-64. ABS or PVC Composite pipe shall be installed in accordance with ASTM 02321. All sewer pipe shall be laid to a straight and true grade as shown on the plans and as staked by the Engineer. Construction shall begin at the low point and progress uphill in a continuous and orderly manner. No lateral or mains shall be constructed before their connecting outfalls have been completed. Pipe laying will not be a separate pay item but will be considered as part of the bid price per foot of pipe. 2-205 BACKFILL Pipe shall be backfilled by hand with loose earth to six inches above the top of the pipe before using mechanical equipment to backfill. All backfill shall be placed so as not to displace the pipe. Backfill material shalt be free of large rocks or boulders and organic material, shall be placed in six to 12 inch lifts, and tamped to the density of the native material. PVC pipe shall be backfilled to the springline with fine grained material such as sand, gravel or clay containing no rocks or particles larger than 1-1/2". Back fill to the springline shall be compacted to at least 90% standard proctor before placing backfill material above pipe. Backfill will not be a separate pay item but will be considered as part of the bid price per foot for pipe. 1. I! 2-206 CLEAN-UP, GRADING, AND SEEDING After completion of backfill, the area shall be cleaned of all debris, rock, and excessive fill material and then graded and raked to conform with the surrounding terrain. After cleaning and grading operations are completed, the disturbed areas shall be seeded, fertilized, and watered by the Contractor using a seed mixture approved by the Engineer and/or Owner. The Contractor shall be responsible for the maintenance of the seeded area until a good stand of. grass is established. Clean-up, grading, and seeding will not be a separate pay item but will be considered as part of the bid price per foot for pipe. 2-207 ROAD AND RAILROAD CROSSING Where allowed, open cut crossings may be used. Open cut crossing shall be made in accordance with the standard details. The entire depth and length of open cut crossings shall be backfilled with SB-2 placed in six inch lifts and compacted to 95% Standard Proctor Density. On railroads, state highways, and selected city streets, crossings shall be made by boring in accordance with the standard details. The Contractor will be required to place a $250.00 performance bond with the City of Fayetteville for each street crossing. Road and railroad crossing will be paid for at the lump sum price bid for each crossing and will be in addition to the price per foot bid for the pipe. •.v 1' Li LI 1 Section 2-300: TESTING 2-301 TEST AND ACCEPTANCE Upon completion, of the sewers, tests will be conducted by the Contractor in the presence of the Engineer to determine the acceptability of the sewers. All defects in the sewers shall be repaired to the satisfaction of the Engineer. a. Lamping Each section of the sewer line between manholes is required to be straight and uniformly graded. Each section will be lamped by the Engineer. b. Exfiltration Test All newly laid pipe, after backfill and before replacing pavement, shall be subject to a watertightness test. The equipment shall be provided and tests shall be conducted by the Contractor in the presence of the Engineer and a representative of the City. The method of testing shall conform to ASTM C828-80 test standard. The method of testing is outlined below: 1. Plug all pipe outlets with suitable test plugs. Brace each plug securely. 2. Pipe air supply to pipeline to be tested so that air supply may be shut off, pressure observed, and air pressure released from the pipe without entering the manhole. 3. Add air slowly to portion of pipe under test until test gauge reads at least 4 psig, but less than 5 psig. 4. Shut air supply valve and allow at least two minutes for internal pressure to stabilize. 5. Determine time in seconds for pressure to fall 1 psig so that pressure at the end of time of the test is at least 2.5 psig. 6. Compare observed time with minimum allowable times in the accompanying chart for pass/fail determination. 7. Where groundwater level is above the crown of the pipe being tested, test pressure should be increased accordingly. SAFETY PROVISIONS: Plugs used to close the sewer pipe for the air test must be securely braced to prevent the unintentional release of a plug which can become I a high velocity projectile. Gauges, air piping manifolds, and valves shall be located at the top of the ground. No one shall be permitted to enter a manhole where a plugged pipe is under pressure. Four pounds (gauge) air pressure develops a force against the plug in a 12" diameter pipe of approximately 450 pounds. Pipes larger than 24" in diameter shall not be air tested because of the difficulty of adequately blocking the. plugs. After acceptance by the City for maintenance and use, the Contractor will be liable for a period of one year from the date of acceptance for any defects that occur due to installation or material. Testing will not be a separate pay item but will be considered as part of the bid price per foot for pipe. I It 1 TEST CHART FOR AIR TESTING SEWERS Leakage Testing of Sewers by Low Pressure Air Loss (Time Pressure Drop Method) Minimum time in seconds for 1 psig drop (3.5 psig to 2.5 psig) Distance ,� Between - Manholes Nominal Pipe Diameter Feet Inches �* 8 10 12 15 18 21 24 100 40 70 110 155 245 350 480 625 f 150 60 105 165 235 365 500 595 680 200 80 140 220 315 425 510 595 680 250 100 176 270 340 425 510 595 680 300 120 215 283 340 425 510 595 680 350 140 226 283 340 425 510 595 680 400 160 226 283 340 425 510 595 680 450 170 226 283 340 425 510 595 680 500 340 425 510 595 680 550 510 595 680 600 595 680 "NOTE: Oue to force resisted by plug restraints, testing of sewers larger - than 24" is not recommended. Hi STANDARD DETAILS FOR SEWER CONSTRUCTION • SEWER MAIN EXTENSION FOR CITY OF FAYETTEVILLE, ARKANSAS SHERWOOD FOREST ESTATES HI • 5PELIFIcAT/ONS : A5TM C•478 GONORfiTE 4, coo P/ (M/N.) roINT : `O"RING GASKET 3CO LS. AMAIR0LE ftntlE � COVER. GROUT DR/OK SPACERS, WHERE MANNOLE5 ARE IN STREET R/W RuB&EP eAsc6T JOINT dO "O' RING fsA5KET U pct V. /21'x9"MANNOL.6 STEPS PRECAST CONC. MAN/JOLE SECTIONS a, O e' 1 W °P y l� 51 { YC y � i o J ^ 2 N _1 4 .�J.e °. e.l Vii J V'.n'�'Je 0- 0 CONST. 3ccO P5 i CONcgETe*. (eA5T/N PLACE) STEP DETAIL VERTICAL LOAD RESISTANCEe400# PULL-OUT LOAD F£5/STAAc'£-/Q90# PRCCAST CONCIQI rf MAN/-/OLE DETAILS NOT To SCALE) I II -— 300 Lb. Manhole Frame Cover C7rou t ml' Laurae5 of rick where Manhole, are == in StreetR/W7— .I Material' of Conotruction 89 5pGcified. ,p'' i r 'ITe CO . i 0n irl r I __ D. CAST IN PLACE MANHOLE Note: Manhole Identical in Delai/ to Ca51 in P/ace Manhole except for the Arrangement'for the drop a� Shown. F. • Cy 2P M4 U -IoLC Note: Compact 5ackfi;; unSer all lints to tha linit of the Manhol.. ffxcauaton, Top of Manhole to be Level with Existing Ground/ Line unless otherwi 5e noted. Concrete r3ato ring lint of Pr'pe. Not a eeparata Pay "en. ncrete Plug Xq Pipe 0/ameter 5fd. T Branch In/et Line -h1iJ. LEVATION Off. Coke RETE _wI-e4. 2 aP Ii9 i IS Garr I RW - 90' PEut' MANHOLE DETAILS Not to Scale J�. F-Jorr : MAs:IrioL5s suaL ae ' srez TI$iT • 4>,l2 VOID of t° MJ p&%( &E 5LIWecT-ro AIfz THSTS TTC.IrIl1:T(?ATIdIJ: .. .. I 1 I ,: 'r a'�•' I I Ni 11 ;'Iv 6' I. SECONA- '� m ps+ RrrT I = UNLE'sS O"t'1-sFRYVte SPEL.IFED 4-IO.4 (2Ew) 10,1 • 1119 1 6111 it i•tlUl :S4ALLOW MANHOLE crE: MM*n-a To E. cAbST IN PLAC - -6O - Tr'cnch Width Pipe 00. t 11o1i Round Stir /u5 Material Over Trench for5cttlin9. Natarsl Ground. F'% SackfillMaterial _ as 5pecificd. /,. Z /Pipe Cover as 6Pecif ied. Top of Pipe 5pringline Force or -�p=m=m=mancn ix Gravity Main Pipe 15eddin9 as specified. SECTION Note: for Cleanup, Oct Specs. TYPICAL PIPE BEDDING & COVER DETAIL FOR PIPE SEWERS CUT PAAEMENT WITH NR -•d;1= OR'r AsCNM( EXISTING PAVEMENT 2--0" MIN. CUT TRENCH SIDES VERT. a a- eP6E 95% COAVACTED. Si}Att To Prr SA?REL, OF PIPE. PPE JOINTS ARE UNSUPPORTED. Ef MIN. 3C0O ES AIR ENTKAIND c CR .r . 2+-Q" / C ISRUCTICN JOINT IN M . IiI 56-a COMPACTED TO 96% STANAD PROCTOR. w taETS KEEP WORK 5PPCE i0 MINIMUM CONSISTENT WITH PROPER INSTALLATION c PIPE. TYPICAL CUT @ C1 T Y STREET (NOT TO SCALE) hi II Hi II a Q Ii 4" GA57 Igo/./ 5Ev/6Q 5ERVIcE LINE. WY A5 I' �- i. FLOLv � �_/4 ,.X /%"x vX 70" SECTION Mrs. TYPICAL SEVER SERVICE CONNECTION NCN-2EWR 300 psi 30° _I - M! M I 9ND SECTION PROF! LE CONCRETE ANC-4OR DETAIL 1tl-2' nhIII ; I Ig ,' I ;ai �jyo� I I JVN 3./R I I I I I itI I 8_ O I i 00 I I J'Ii o> I YWWC OJ (WaorDJ �T I °§$ I m R b Wn goo '-UIllhf �I 11 == a =_ Lu Sia� I I J 6 J a I Wa 0 W g p I I I I g S W + W 6 W 6 b II I J i b 3 3 U } I I i o 3> o O b O m 6g S I I uC I I c O i a \] W W _ N J W I I O Y a O 6 O Fe� Q I I p 2 d o W~ I 3 U O 1:1 I I O Z S j O] I 1 r V O. SIS O F y W 2 W It, J t, -_J J� o II ?1 1 O F 6 J I 1 h 3 J W J h U • VU L U a I a W R I I i I po J ,. A MM L 0 p a I a n f I of W W I U LL I O z O I I C YU W I c;ALL : F J 3 u , 0 J m . G U W U I LL L J � I o z m JJ IZ O W M1 0 0 ^ Y W 11 I T W o a -4I fJ. pW 0J =YU = ] 4 \JGJCVOm/ j a F U W I I I Y a yC > 2 U o 0 H W _ x4/ II III III w LL p < 6 y f J6 hJp W Z m a_ a < W J W O I p f W F ago Z iii -a 8 O S a F 6 W ] W W 6 O a Y 6 Q a z I y W V o m Y] O S~ O I6 I J] O O O I I h V S 0 O 0 W J b C m z Y r r I I Wo I. • L� % J t a 3 i Y hti W J 1 '-a 6 O a < 6 6 Y I I W O o 6 W ISl O_ u_ I I O O 20' r OW z b y a I 1 2 3 W 2 O] a 2 4 W J 6 W iZ� C O m J Os 3 Oy O U Si 4o) I O_f 6 9me� i f t O W W IWL } ID K U Yq11 Ip��! Y ba `JD Wz ]6> _-:LL ;I Z}W I p I y v ] m W W a F 5] m WOwlo m> ]]F 6 m pS W } Q O Et a J m 6 m J y 6 F 6 J J O. Y. 2 S F IY SWII I < O< J S a y O O z O m a 3 5 m 2 0 W 2 6 2 o t yz 8 I SF W W 6Ill • M J 4 A m m W 6= W a U W< O) S 6 h Z 2 J b 3 6 U 6 s >Grn� I I sV`J'a- I I }„W ,. a≥2 !r�a�m� im a o Ja �i 11{ -ri • 6 o W V �Y~ M11, -'-v 11.1.111... ]„R