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